DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

REQUEST FOR QUOTATION (RFQ)

To all interested Bidders DATE: August 4, 2020

REFERENCE: 151-2020-UNDP-UKR-RFQ- RPP

Dear Sir / Madam:

We kindly request you to submit your quotation for Performance of construction works to arrange stops for Mobile Administrative Service Centres in and Luhansk oblasts as detailed in Annex 1 of this RFQ. When preparing your quotation, please be guided by the form attached hereto as Annex 2.

Quotations may be submitted on or before 23:59 August 18, 2020 and via e-mail, to the address below:

United Nations Development Programme

[email protected] UNDP Procurement Unit

Quotations submitted by email must be limited to a maximum of 25 MB, virus-free and no more than 5 email transmissions. They must be free from any form of virus or corrupted contents, or the quotations shall be rejected.

It shall remain your responsibility to ensure that your quotation will reach the address above on or before the deadline. Quotations that are received by UNDP after the deadline indicated above, for whatever reason, shall not be considered for evaluation. If you are submitting your quotation by email, kindly ensure that they are signed and in the .pdf format, and free from any virus or corrupted files.

Please take note of the following requirements and conditions pertaining to the supply of the abovementioned good/s: [check the condition that applies to this RFQ, delete the entire row if condition is not applicable to the goods being procured]

DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

Delivery Terms [INCOTERMS 2020] n/a (Pls. link this to price schedule) Customs clearance, if n/a needed, shall be done by: Exact Address/es of Delivery 21 facilities in the Luhansk and Donetsk oblasts controlled by the Location/s (identify all, if Government of . Addresses specified in the TOR Annex 1 multiple)

N/a UNDP Preferred Freight Forwarder, if any N/a Distribution of shipping documents (if using freight forwarder) During 5 months Latest Expected Delivery Date and Time (if delivery time exceeds this, quote may be rejected by UNDP) ☒Required Delivery Schedule ☐Not Required N/a Packing Requirements N/a Mode of Transport ☒United States Dollars Preferred ☐Euro 1 Currency of Quotation ☒Local Currency: UAH Value Added Tax on Price ☒ Must be inclusive of VAT and other applicable indirect taxes Quotation ☐ Must be exclusive of VAT and other applicable indirect taxes After-sales services required As per TOR. Annex 1.

Deadline for the Submission 18.08.2020 , 23:59 ( Kyiv time) of Quotation All documentations, including ☒ English catalogs, instructions and ☐ French operating manuals, shall be ☐ Spanish in this language ☒ Others Ukrainian or Russian

1 Local vendors must comply with any applicable laws regarding doing business in other currencies. Conversion of currency into the UNDP preferred currency, if the offer is quoted differently from what is required, shall be based only on UN Operational Exchange Rate prevailing at the time of UNDP’s issuance of Purchase Order. DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

☒ Duly Accomplished Form as provided in Annex 2, and in Documents to be submitted2 accordance with the list of requirements in Annex 1; ☐ A statement whether any import or export licenses are required in respect of the goods to be purchased including any restrictions on the country of origin, use/dual use nature of goods or services, including and disposition to end users; ☐ Confirmation that licenses of this nature have been obtained in the past and an expectation of obtaining all the necessary licenses should the quotation be selected; ☒ Quality Certificates (ISO, etc.) if available; ☒ Latest Business Registration Certificate; ☒ A valid license for the requested works according to the technical documentation: A license to carry out architectural activities. ☒ Completed BOQ for this TOR ☒ Financial proposal ☒ CVs of key staff ☒ Latest Internal Revenue Certificate / Tax Clearance; ☐ Manufacturer’s Authorization of the Company as a Sales Agent (if Supplier is not the manufacturer); ☐ Certificate of Exclusive Distributorship in the country (if applicable, and if Supplier is not the manufacturer); ☒ Evidence/Certification of Environmental Sustainability (“Green” Standards) of the Company or the Product being supplied; ☐ Complete documentation, information and declaration of any goods classified or may be classified as “Dangerous Goods”. ☐ Patent Registration Certificates (if any of technologies submitted in the quotation is patented by the Supplier); ☒ Written Self-Declaration of not being included in the UN Security Council 1267/1989 list, UN Procurement Division List or other UN Ineligibility List; ☒ Latest Audited Financial Statement (Income Statement and Balance Sheet) including Auditor’s Report for the any 2 years from 2017 to 2019; ☒Statement of Satisfactory Performance from the Top 2 Clients

☒ 60 days Period of Validity of Quotes ☐ 90 days starting the Submission Date ☐ 120 days

In exceptional circumstances, UNDP may request the Vendor to extend the validity of the Quotation beyond what has been initially indicated in this RFQ. The Proposal shall then confirm the extension in writing, without any modification whatsoever on the Quotation. Partial Quotes ☐ Not permitted

2 First 2 items in this list are mandatory for the supply of imported goods DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

☒ Permitted [pls. provide conditions for partial quotes, and ensure that requirements are properly listed to allow partial quotes (e.g., in lots, etc.)] ☐ 100% upon complete delivery of goods 3 Payment Terms ☒ Other: - Prepayment (not exceeding 20% of the total contract amount, or USD 30,000.00, whichever is less) may be considered, if this requirement is expressly manifested in the proposal. Prepayment may be made as soon as the contract is signed

- 70% of the total contract amount shall be paid in stages, based on the actual amount of work completed by the Contractor in the last month (certificates of works performed must be approved by a UNDP representative and a representative of the organization providing technical supervision of construction, and must be submitted no later than 5 days following the reporting month).

- 10% of the total contract amount shall be paid after commissioning of the site. According to Clause 45 of the General Conditions, the liquidated Liquidated Damages damages for delay shall be 0.5% of the total amount for each day of delay until actual completion, up to maximum deduction of 10% of the value of the Civil Works Contract. Once the maximum is reached, UNDP may consider termination of the Civil Works Contract. In case of severe weather conditions and inability to perform outdoor works, Parties agree on amended deadlines in writing

3 UNDP preference is not to pay advanced amount upon signing of contract. If vendor strictly requires advanced payment, it will be limited only up to 20% of the total price quoted. For any higher percentage, or advanced payment of $30,000 or higher, UNDP shall require the vendor to submit a bank guarantee or bank checque payable to UNDP, in the same amount as the advanced payment made by UNDP to the vendor. DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

Evaluation Criteria ☒ Technical responsiveness/Full compliance to requirements and [check as many as applicable] lowest price Administrative requirements: Bid/Proposal was received on or before the date and time set in the RFQ;  Bid/Proposal must meet required Offer Validity;  Offers have been signed by the proper authority;  Other Documents Required as per Data Sheet Technical requirements: • Company profile (a building company with a valid registration (for Ukrainian companies — company should be registered in the territory controlled by the Government of Ukraine)). • Minimum annual turnover for any two 2 years within 2017 to 2019 at the level of USD 100,000.00 • At least a 3-years’ experience in implementing similar projects • At least 3 similar projects completed over the last 5 years • A valid license for the requested works according to the technical documentation: A license to carry out architectural activities. (GENERAL CONSTRUCTION AND ASSEMBLY WORKS: arrangement of prefabricated and monolithic bases and foundations, assembly of electrical appliances, erection of metal structures) • Availability of respective equipment and mechanisms • Availability of qualified technical personnel to perform the works (electrical engineering personnel must include at least a group 4 electrical safety team) • At least 2 letters of recommendation from previous customer describing the nature of implemented projects, their outputs and the role of the bidder; ☒ Full acceptance of the PO/Contract General Terms and Conditions [this is a mandatory criteria and cannot be deleted regardless of the nature of services required]

UNDP will award to: ☒ One and only one supplier ☐ One or more Supplier in accordance with the Lot ☐ Overall least price combination across Lots to UNDP based on different combinations of award ☐ Preference to award a Lot to a bidder in the event that there may not be other technically responsive bids for that Lot to ensure there is coverage for all Lots. ☐ Irrespective of determined capacity to undertake more than 1 lot, UNDP may decide at its discretion to award Lots to different bidders to reduce risk of delivery. DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

☐ If the Bidder submits the bid more than 1 lot, UNDP reserves the right to request additional information from the participant, namely: evidence of the company's technical ability to perform works at several sites at the same time (availability of appropriate personnel and equipment for each site). Confirmation of availability of different resources to complete the task for each site (personnel, equipment, etc.) is a prerequisite for awarding the contract ☒ UNDP may exclude suppliers, contractors and consultants from tendering for procurement opportunities in UNDP-supported programmes or projects if the Offeror in question or their affiliates provided consulting services for the preparation and implementation of a project, and in order to prevent a conflicts of interest, the Offeror and their affiliates are disqualified from subsequently providing goods and civil works under UNDP financing for the same project.

Type of Contract to be Signed ☐ Purchase Order ☐ Contract Face Sheet (Goods and-or Services) UNDP (this template is also utilised for Long-Term Agreement and if LTA will be signed, specify the document that will trigger the call-off. E.g., PO, etc.) ☒ Civil Work Contract

Special conditions of Contract ☒ Cancellation of PO/Contract if the delivery/completion is delayed by 30 days ☐ Others [pls. specify]

Conditions for Release of Written Acceptance of Goods based on full compliance with RFQ Payment requirements Written Acceptance by the Customer and the Contractor of the Acts of works performed, which must be endorsed by the Technical Supervision Representative, on the basis of full compliance with the TOR, submission of the original invoice, and tax invoice (if applicable).

Annexes to this RFQ ☒ Specifications of the Goods Required (Annex 1) ☒ Form for Submission of Quotation (Annex 2) ☒ General Terms and Conditions / Special Conditions: http://www.undp.org/content/undp/en/home/procurement/b usiness/how-we-buy.html ☐ Others [pls. specify, if any]

Non-acceptance of the terms of the General Terms and Conditions (GTC) shall be grounds for disqualification from this procurement process. DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

Contact Person for Inquiries UNDP procurement Unit (Written inquiries only) UNDP Ukraine [email protected], Any delay in UNDP’s response shall be not used as a reason for extending the deadline for submission, unless UNDP determines that such an extension is necessary and communicates a new deadline to the Proposers.

Goods offered shall be reviewed based on completeness and compliance of the quotation with the minimum specifications described above and any other annexes providing details of UNDP requirements.

The quotation that complies with all of the specifications, requirements and offers the lowest price, as well as all other evaluation criteria indicated, shall be selected. Any offer that does not meet the requirements shall be rejected.

Any discrepancy between the unit price and the total price (obtained by multiplying the unit price and quantity) shall be re-computed by UNDP. The unit price shall prevail and the total price shall be corrected. If the supplier does not accept the final price based on UNDP’s re-computation and correction of errors, its quotation will be rejected.

After UNDP has identified the lowest price offer, UNDP reserves the right to award the contract based only on the prices of the goods in the event that the transportation cost (freight and insurance) is found to be higher than UNDP’s own estimated cost if sourced from its own freight forwarder and insurance provider.

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

Any Purchase Order that will be issued as a result of this RFQ shall be subject to the General Terms and Conditions attached hereto. The mere act of submission of a quotation implies that the vendor accepts without question the General Terms and Conditions of UNDP indicated above - http://www.undp.org/content/undp/en/home/procurement/business/how-we-buy.html .

UNDP is not bound to accept any quotation, nor award a contract/Purchase Order, nor be responsible for any costs associated with a Supplier’s preparation and submission of a quotation, regardless of the outcome or the manner of conducting the selection process.

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

DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

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

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

Thank you and we look forward to receiving your quotation.

Sincerely yours,

Mr. Sukhrob Kakharov, Operations Manager, UNDP Ukraine August 04, 2020

DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

Annex 1

TERMS OF REFERENCE

Project name: The United Nations Recovery and Peacebuilding Programme. Description of assignment: Performance of construction works to arrange stops for Mobile Administrative Service Centres in Donetsk and Luhansk oblasts Country / Place of implementation: Ukraine / Donetsk and Luhansk oblasts Estimated starting date of the assignment: August 2020 Expected duration of the assignment and/or end date (if applicable): 5 months

Background

The United Nations Development Programme (UNDP) has been actively working in eastern Ukraine for the past decade, prior to the conflict, focusing on community and civil society development, and environmental protection. Since 2015, upon request from the Government of Ukraine, UNDP started its work on addressing conflict-related challenges by early engagement, establishing partnerships through the United Nations Recovery and Peacebuilding Programme (UN RPP). The UN RPP is a multi-donor funded framework programme, jointly implemented by four UN partnering agencies: UNDP, UN Women, FAO, and UNFPA in cooperation with the government of Ukraine. The UN RPP was designed to respond to and mitigate the causes and effects of the conflict. The UN RPP is an integral component of the UNDP Country Programme. It is fully aligned with the United Nations Partnership Framework (UNPF), closely interlinked with the Democratic Governance and Reform Programme, operating national wide and in allof Ukraine’s regions. The Programme’s interventions are grouped under the following key Programme components, which reflect the region’s priority needs: Component 1: Economic Recovery and Restoration of Critical Infrastructure Component 2: Local Governance and Decentralisation Reform Component 3: Community Security and Social Cohesion. The Programme is pooling funds employing a multi-sectoral programme-based approach and is implementing using an area-based methodology and unifying interventions framework for 12 projects funded by 12 international partners. In April 2019, UNDP has launched a new project named “Mobile Service Delivery for Conflict Affected Population in Eastern Ukraine”, funded by the Government of Canada. The Project will be implemented in the framework of UN RPP. DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

The Project’s overall objective is to alleviate the hardships of conflict affected Ukrainian citizens, mainly women, who have to travel long distances in order to access and be provided administrative and legal aid services as well as information The Project will continue to build on the work which has been already carried out by UNDP in developing a network of modern administration services providers, the Mobile Administrative service centres for Administrative Services Delivery (further referred to as ASCs) in conflict affected Government controlled areas (GCAs) of Donetsk and Luhansk oblasts by: - developing effective gender-sensitive ASCs outreach facilities (through mobile service units) with the focus on providing access to services to the most disadvantaged groups such as: elderly, women with children, female headed households, women and men with disabilities; - ensuring real-time localisation of these units to the target population; -setting up an intuitive Information Platform (on all relevant administrative and legal aid services) to be accessed easily by target groups.

The Project is firmly focused on alleviating the unprecedented pressures and hurdles faced by citizens of this region, mainly women, to carry out their administrative tasks, due to difficult access to and protracted provision of administrative, legal-aid and information services. These challenges also prevent access to basic services, as well as hinder the human rights of the population, in particular, those of women.

In view thereof, the UNDP is seeking to select a qualified contractor to perform works to arrange stops for Mobile ASCs in selected populated areas of Donetsk and Luhansk oblasts.

2. Scope of works

2.1. Perform construction and assembly works by the Contractor in compliance with the technical documentation (Appendices 1, 2, 3), as attached. 2.2. Ensure supply of all materials and necessary equipment to the construction site. 2.3. The works must be performed in full compliance with the current national standards and norms, including applicable environmental protection, labour protection, building and safety regulations, such as: DBN (State Building Regulations) А.2.2-3-2004, SNiP (State Building Norms and Rules) 2.08.02- 89, DSTU (State Standards of Ukraine) Б A.2.4-4-99, DBN В.2.3-14: 2006, DBN В.2.2-17: 2006, DBN B.2.2-9-2009, DBN В.2.2-3-97, DBN В.2.2-4-97, DBN В.2.2-10-2001, GOST (State Standards) 28196-89, DBN В.1.1-7-2002, VNTP (Industry-specific Engineering Standards) 311-98, DBN А.3.2-2-2009) and other. The obligation to comply with the national legislation will be borne exclusively by the Contractor. 2.4. Comply with the requirements, conditions, instructions and standards provided for in the technical documentation (project). 2.5. Upon the Customer’s request, remedy, free of charge, any defects, shortcomings, inconsistencies with the design concepts, low-quality materials, works, appliances, construction, detected within 12 months following the commissioning of the site, unless it is proved that they result from: normal wear and tear of the site of parts thereof; incorrect use thereof; improper maintenance of the site conducted by the Customer itself or third parties engaged by the Customer. 2.6. The Contractor must ensure compliance with all occupational safety standards in line with international recommendations. Workwear (safety helmets, protective gloves, boots, protective DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

goggles etc.) and means of individual protection for the personnel must be strictly in line with ISO or other standards (i.e. GOSTs). 2.7. All waste must be duly collected and stored within the construction site before final cleaning. 2.8. List of sites:

Lot Address Technical specifications No. 1. village of Serebrianka, ATC (amalgamated See Appendix 1, List of works and territorial community), materials 2. village of Dronivka, Siversk ATC, Donetsk oblast See Appendix 1, List of works and materials 3. village of Sviato-Pokrovske, Siversk ATC, Donetsk oblast See Appendix 1, List of works and materials 4. 8 Tsentralna St., Siversk, Donetsk oblast See Appendix 1, List of works and materials 5. 7 Suvorova St., Siversk, Donetsk oblast See Appendix 1, List of works and materials 6. village of Reznykivka, Siversk ATC, Donetsk oblast See Appendix 1, List of works and materials 7. mixed-type settlement of Sartana, Donetsk oblast See Appendix 1, List of works and materials 8. mixed-type settlement of Talakivka, Donetsk oblast See Appendix 1, List of works and materials 9. village of Staryi Krym, Kalmiuskyi district, Town See Appendix 1, List of works and Council, Donetsk oblast materials 10. village of Pokrovske, Manhush raion, Donetsk oblast See Appendix 1, List of works and materials 11. village of Berdianske, Manhush raion, Donetsk oblast See Appendix 1, List of works and materials 12. village of Vodiane, ATC, Donetsk oblast See Appendix 1, List of works and materials 13. village of Stepne, Vuhledar ATC, Donetsk oblast See Appendix 1, List of works and materials 14. village of Pavlivka, Vuhledar ATC, Donetsk oblast See Appendix 1, List of works and materials 15. town of Vuhledar, Donetsk oblast See Appendix 1, List of works and materials 16. village of Nyzhnioteple, Stanytsia Luhanska raion, Luhansk See Appendix 1, List of works and oblast materials 17. village of Novoakhtyrka, Novoaidar raion, Luhansk oblast See Appendix 1, List of works and materials DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

18. village of Denezhnykove, Novoaidar raion, Luhansk oblast See Appendix 1, List of works and materials 19. village of Dmytrivka, Novoaidar raion, Luhansk oblast See Appendix 1, List of works and materials 20. villae of Nyzhnie, Popasna raion, Luhansk oblast See Appendix 1, List of works and materials 21. village of Toshkivka, Popasna raion, Luhansk oblast See Appendix 1, List of works and materials

3. Work progress monitoring

3.1. The progress in the Contractor’s work will be monitored by representatives of organisations responsible for designer and engineering supervision, representatives of the UNDP and site owners. 3.2. Final commissioning will be performed by: representatives of the UNDP, representative of the organisation that carries out engineering supervision, and representative of the owner. 3.3. In addition to regular reporting, the Contractor must notify the UNDP of any major incidents within 36 hours. They include project-related incidents or accidents affecting: a. environment; and/or b. health and safety of workers; and/or c. health and safety of the population.

4. Duration of works

4.1. The successful bidder must complete the works within the period not exceeding 5 months (+10% / - any time sooner) of the contract date.

If the UNDP has already awarded a contract(s) to the bidder for other similar works, the UNDP reserves the right to request additional information from the bidder, namely: proof of technical capacity of the company to perform works at several sites simultaneously (having respective personnel and equipment for each site). Proof of having various resources for the performance of assignment for each site (personnel, equipment etc.) is a compulsory precondition for contract awarding.

5. Qualifications of successful contractor

5.1. A building company with a valid registration (for Ukrainian companies — company should be registered in the territory controlled by the Government of Ukraine). 5.2. Minimum annual turnover for the last 3 years within 2017 to 2019: USD 100,000.00 5.3. At least a 3-years’ experience in implementing similar projects. 5.4. At least 3 similar projects completed over the last 5 years. 5.5. A valid license for the requested works according to the technical documentation: A license to carry out architectural activities. (GENERAL CONSTRUCTION AND ASSEMBLY WORKS: arrangement of DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

prefabricated and monolithic bases and foundations, assembly of electrical appliances, erection of metal structures). 5.6. Having respective equipment and mechanisms. 5.7. Having qualified technical personnel to perform the works (electrical engineering personnel must include at least a group 4 electrical safety team).

6. Requirements to materials to be used

6.1. The Contractor must ensure procurement and delivery of all materials and necessary equipment to the construction site. The Contractor’s financial proposal must include the cost of all necessary materials and equipment to perform respective works. 6.2. Delivery of equipment must be followed by its installation, testing, putting into operation and compulsory warranty service according to the project documentation. Equipment or any other materials/products to be used must have a warranty. The Contractor must provide all necessary technical documentation, warranty certificates as well as quality certificates (conformity certificates, sanitary and epidemiological opinions, fire test reports (if required) etc.) for materials/equipment on the delivery day. Warranty certificates for automatic and other equipment to be installed on the site are compulsory. 6.3. Using asbestos and asbestos-containing materials will be prohibited. 6.4. The Contractor must contribute to environmental resilience and mitigating adverse environmental effects (e.g. use of non-toxic substances, recycled raw material, energy-efficient equipment, reducing carbon dioxide emissions etc.).

.5. Quality of materials must meet the local standards (DSTU or GOST) in combination with ISO or international standards. Requirements to the main building materials: No. Name of structures Main requirements Regulatory document and materials 1 Cables and wires Copper core; DNAOP (State Normative Acts on Labour Both open and conduit wiring Protection) 0.00-1.32-01. Rules for require insulation. arrangement of electrical installations. Must not support fire or Electrical equipment of special evolve toxic gases/fume installations DBN В.2.5-23: 2010 Design of electrical equipment for civil engineering facilities 2 Metal structures Metal structures for lamp posts, DSTU Б В.2.6-200 in effect before: 2014 public transport stops, Metal structures in building. Assembly information stands and bicycle requirements parking 3 Concrete In compliance with the DSTU Б В.2.7-176: 2008 Concrete mixes. requirements of the project Concrete documentation Delivery of materials (electrical appliances, cables and wires, metal articles etc.) must also be accompanied with a conformity certificate, sanitary and epidemiological opinion and fire test reports. DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

7. Bid package must include:

• Company profile (a building company with a valid registration (for Ukrainian companies — company should be registered in the territory controlled by the Government of Ukraine)). • Bids completed according to the form set out in part 9. • Duly certified copy of a license for architectural activities. • Duly certified copies of financial documents proving minimum annual turnover for any two 2 years within 2017 to 2019 at the level of USD 100,000.00

• Completed List of works and materials, appended to these Terms of Reference. • At least 2 letters of recommendation from previous customer describing the nature of implemented projects, their outputs and the role of the bidder; • Financial proposal.

8. Financial proposal and payment schedule

8.1. The contract value must remain fixed for the duration of the contract. 8.2. Bidders must include all costs associated with the work in their financial proposal (such as delivery of all materials and equipment, transportation costs, per diem, staff salaries, office expenses etc.). 8.3. Payments must be arranged as follows: - Prepayment (not exceeding 20% of the total contract amount, or USD 30,000.00, whichever is less) may be considered, if this requirement is expressly manifested in the proposal. Prepayment may be made as soon as the contract is signed. - 70% of the total contract amount will be paid in instalments based on the works actually performed by the Contractor in the last month (acceptance certificates must be approved by a UNDP representative and a representative of the organisation that carries out engineering supervision, and must be presented within 5 days following the end of the reporting month). - 10% of the total contract amount will be paid after the sites are put into operation.

9. Selection process.

Bidders must follow the format given below and provide detail information on:

9.1. List of similar works performed during the last 3 years as contractor:

Customer name Description of Contract amount Actual No. Project name and contact works (USD) completion date details 1 2 3 DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

9.2. On-going commitments

% of completed Full name of workers engaged in the Short description of works as on the performance of works (please, indicate if No. contract (type of date of submission the same workers are expected to be works, scope) of bid engaged under the present contract) 1 2 3 …

9.3 Having personnel for the performance of works (sufficient for the performance of works at each site):

Status: N Work experience, Full name of worker Position Qualification temporary / o. years permanent 1 2 3 …

9.4 List of available equipment for the performance of works (sufficient for the performance of works at each site):

Condition (good / No. Name of equipment Owned / leased Capacity needs repair) 1 2 3 …

9.5 Work schedule:

Estimated start No. Type of work date (after signing Duration the contract) DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

1 2 3 …

10. Estimated cost of the proposal

Bidders must submit their financial proposals in the following format. Bidders must include all costs associated with the work in their financial proposal (such as delivery of all materials and equipment, transportation costs, per diem, staff salaries, office expenses etc.). Also, bidders must submit a cost breakdown for each site in the format set out in Appendix 1, List of works and materials. The UNDP will use the cost breakdown to evaluate the price reasonableness and to estimate prices in case both parties decide to add new goods and services in the list of goods and services to be provided under the contract.

Appendices to these ToR: Appendix 1. List of sites (21) and respective scopes of works (Excel table). Technical specifications, project documentation and results of site technical inspection are appended. Appendix 2. Specifications for main materials. Appendix 3. Explanatory note. Architectural and construction solutions. Electrical engineering solutions. https://drive.google.com/drive/folders/1PmJldYtpzgpYT7D0TsI27s7KaJtFlpLQ?usp=sharing

DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

Annex 2

FORM FOR SUBMITTING SUPPLIER’S QUOTATION4 (This Form must be submitted only using the Supplier’s Official Letterhead/Stationery5)

We, the undersigned, hereby accept in full the UNDP General Terms and Conditions, and hereby offer to supply the items listed below in conformity with the specification and requirements of UNDP as per RFQ Reference No. 151-2020-UNDP-UKR-RFQ-RPP:

Table 1: Brief description of the Bidder

BRIEF COMPANY PROFILE The Bidder must describe and explain how and why they are the best entity that can deliver the requirements of UNDP by indicating the following:

Full registration name Year of foundation If Consortium, please provide written confirmation from Legal status each member Legal address Actual address Bank information VAT payer status Contact person name Contact person email

Contact person phone

Company/Organization’s core activities Profile – describing the nature of Please indicate here business, field of expertise, licenses, certifications, accreditations (If any);

4 This serves as a guide to the Supplier in preparing the quotation and price schedule. 5 Official Letterhead/Stationery must indicate contact details – addresses, email, phone and fax numbers – for verification purposes DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

Business Licenses – Registration EDRPOU, ID tax number Papers, Tax Payment Certification, Copies of State registration and Tax registration should be etc attached Copies of income statement and balance sheet to indicate Latest Audited Financial Statement Its financial stability, liquidity, credit standing, and market or Financial results (2017 -2019) reputation Please indicate here the List of clients for similar services as those required by UNDP, indicating description of Track Record performed within the contract scope, contract duration, contract value, contact last 5 years references; Brief description of previous products developed by the company (list); Please provide contact details of at Please attach the signed reference letters if any. least 3 previous partners for reference Company is not in the UN Security Yes/No (Please choose) Council 1267/1989 List, UN Procurement Division List or Other UN Ineligibility List.

DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

Table 2: Work performed as a contractor for construction works of a similar nature in the last 3 years .: Customer name Description of Contract amount Actual № Project name and contact works (USD) completion date information 1 2 3

TABLE 3: On-going commitments

Short description of % of work Full names of the staff involved in the work № the contract (type of completed on the (please indicate if the same staff is offered work, scope) date of bidding for the current tender) 1 2 3 …

TABLE 4: Availability of staff to perform the work (enough to perform works on each site):

Status: Full names of the Work experience, № Position Qualification temporary/perm staff years anent 1 2 3 4

TABLE 5: List of equipment available for works (enough to perform works on each site)

Name of Capacity Condition (good/needs № Own/rented equipment repair)

1

2

3

4

DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

TABLE 6: Work schedule:

Estimated start No. Type of work date (after signing Duration the contract) 1 2 3 …

Table 7: Price offer

Bidders must submit their financial proposals in the following format. Bidders must include all costs associated with the work in their financial proposal (such as delivery of all materials and equipment, transportation costs, per diem, staff salaries, office expenses etc.). Also, bidders must submit a cost breakdown for each site in the format set out in Appendix 1, List of works and materials. The UNDP will use the cost breakdown to evaluate the price reasonableness and to estimate prices in case both parties decide to add new goods and services in the list of goods and services to be provided under the contract.

Appendices to these ToR: Appendix 1. List of sites (21) and respective scopes of works (Excel table). Technical specifications, project documentation and results of site technical inspection are appended. Appendix 2. Specifications for main materials. Appendix 3. Explanatory note. Architectural and construction solutions. Electrical engineering solutions. https://drive.google.com/drive/folders/1PmJldYtpzgpYT7D0TsI27s7KaJtFlpLQ?usp=sharing Amount Lot Address of the facility (USD/UAH) No. excl. VAT 1. village of Serebrianka, Siversk ATC (amalgamated territorial community), Donetsk oblast 2. village of Dronivka, Siversk ATC, Donetsk oblast

3. village of Sviato-Pokrovske, Siversk ATC, Donetsk oblast 4. 8 Tsentralna St., Siversk, Donetsk oblast 5. 7 Suvorova St., Siversk, Donetsk oblast 6. village of Reznykivka, Siversk ATC, Donetsk oblast 7. mixed-type settlement of Sartana, Donetsk oblast 8. mixed-type settlement of Talakivka, Donetsk oblast 9. village of Staryi Krym, Kalmiuskyi district, Mariupol Town Council, Donetsk oblast 10. village of Pokrovske, Manhush raion, Donetsk oblast DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

11. village of Berdianske, Manhush raion, Donetsk oblast 12. village of Vodiane, Vuhledar ATC, Donetsk oblast 13. village of Stepne, Vuhledar ATC, Donetsk oblast 14. village of Pavlivka, Vuhledar ATC, Donetsk oblast 15. town of Vuhledar, Donetsk oblast 16. village of Nyzhnioteple, Stanytsia Luhanska raion, Luhansk oblast 17. village of Novoakhtyrka, Novoaidar raion, Luhansk oblast 18. village of Denezhnykove, Novoaidar raion, Luhansk oblast 19. village of Dmytrivka, Novoaidar raion, Luhansk oblast 20. villae of Nyzhnie, Popasna raion, Luhansk oblast 21. village of Toshkivka, Popasna raion, Luhansk oblast Total amount excl. VAT VAT Total amount incl. VAT

TABLE 8: Offer to Comply with Other Conditions and Related Requirements

Other Information pertaining to our Your Responses Quotation are as follows: Yes, we will No, we cannot If you cannot comply, comply comply pls. indicate counter proposal Delivery Lead Time Products / materials meet the required quality standards Compliance with the requirements of the Terms of Reference Bid Duration (min. 60 days) Free of charge to the Customer to eliminate any defects, deficiencies, inconsistencies of design decisions, substandard materials, works, devices, structures, revealed within 12 months after the site was put into operation Acceptance of the payment terms All Provisions of the UNDP General Terms and Conditions Other requirements [pls. specify]

All other information that we have not provided automatically implies our full compliance with the requirements, terms and conditions of the RFQ.

DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

[Name and Signature of the Supplier’s Authorized Person] [Designation] [Date]

DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

Annex 3

КОНТРАКТ НА ВИКОНАННЯ РОБІТ CONTRACT FOR CIVIL WORKS

м. Київ Дата:. Kyiv Date: Програма розвитку Організації Об'єднаних Націй в The United Nations Development Programme in Ukraine, Україні, далі «ПРООН», в особі пана Сухроба Кахарова, hereinafter referred to as “UNDP”, represented by Mr. Sukhrob Менеджера з операційної діяльності ПРООН в Україні, Kakharov, UNDP Ukraine Operations Manager who is acting in який діє на підставі Угоди між ООН та Урядом України від accordance with Host Agreement between the UN Organization and 06.10.1992 року, з однієї сторони, the Government of Ukraine dated 06.10.1992, from one side, та And ______, далі «Підрядник», в особі ______, ______, hereinafter referred to as “Contractor”, який діє на підставі ______, з іншої сторони, represented by ______, who is acting in accordance що разом іменуються “Сторони” Контракту, уклали цей with ______, on the other side, Контракт про наступне: which are together referred to as the “Parties” to the Contract, have concluded the present Contract for the following:

1. Документи Контракту 1. Contract Documents Даний Контракт підпорядковується «Загальним умовам 1.1. This Contract is subject to the UNDP General Conditions for ПРООН щодо договорів на виконання будівельних Робіт» Civil Works (hereinafter referred to as “General Conditions”), (надалі іменуються «Загальні умови»), що додаються до attached hereto as Annex 1. The provisions of such Annex shall даного контракту в Додатку 1. Положення Додатку 1 control the interpretation of this Contract and in no way shall be забезпечують тлумачення положень даного Контракту і ні в deemed to have been derogated by the contents of this Contract and якому разі не замінюються чи відміняються змістом даного any other Annexes.. Контракту або будь-яких інших Додатків. 1.2. Підрядник та ПРООН також погоджуються 1.2 The Contractor and UNDP also agree to be bound by the обмежуватися положеннями та умовами, які містяться в provisions contained in the following documents, which shall take наступних документах, що, у разі конфлікту, мають precedence over one another in case of conflict in the following пріоритет у наступному порядку: order: 1.2.1. Даний Контракт з усіма додатками; 1.2.1. This Contract with all Annexes; 1.2.2. Запрошення надання цінових котировок (), документ 1.2.2. Request for quotation () incorporated hereto by reference but не додається до даного Контракту, але наявний у Сторін і known to and in the possession of the Parties; відомий їм;

1.2.3. Тендерна пропозиція Підрядника від ______року, 1.2.3. Contractor's bid dated ______, incoprporated hereto by документ не додається до даного Контракту, але наявний у reference but known to and in the possession of the Parties. Сторін і відомий їм.

1.3 Всі вищезгадані документи формують Контракт між 1.3 All the above shall form the Contract between the Contractor and Підрядником та ПРООН, що замінює зміст будь-яких інших UNDP superseding the contents of any other previous negotiations попередніх переговорів та/або угод, усних чи письмових, які and/or agreements, whether oral or in writing, pertaining to the subject стосуються предмету даного Контракту. of this Contract.

2. Обов’язки Підрядника 2. Obligations of the Contractor 2.1. Підрядник повинен розпочати виконання робіт не 2.1. The Contractor shall commence work no later than 3 working пізніше 3-х робочих днів з дати отримання від ПРООН days from the date of the Notice of starting of construction work or зареєстрованого в ДАБІ Повідомлення про початок DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

виконання будівельних робіт або Дозволу на виконання Permission of constructrion work registered in the State будівельних робіт. Роботи мають бути завершені у Architectural and Construction Inspection provided by UNDP . відповідності до Контракту впродовж ___х місяців (+10%/ The work shall be performed and substantially completed in - будь який час раніше). Підрядник надає всі матеріали, accordance with the Contract within _____ months (+10%/- комплектуючі, трудові ресурси та інші послуги необхідні anytime earlier). The Contractor shall provide all materials, для виконання Робіт. supplies, labour and other services necessary to that end.

2.2. У відповідності до пункту 13 Загальних умов 2.2. The Contractor shall submit to UNDP representative the Підрядник повинен надати представнику ПРООН детальну detailed Programme of Work referred to in Clause 13 of the General програму виконання робіт протягом п’яти (5) робочих днів Conditions within five (5) working days from the date of Contact від дати підписання Контракту. signature. 2.3. Підрядник підтверджує та гарантує точність будь- 2.3. The Contractor represents and warrants the accuracy of any якої інформації, яка надається ПРООН з метою укладення information or data provided to UNDP for the purpose of entering into даного Контракту, а також якість Робіт передбачених даним this Contract, as well as the quality of the Works foreseen under this Контрактом у відповідності з найвищими галузевими та Contract in accordance with the highest industrial and professional професійними стандартами. standards. 3. Вартість та оплата робіт 3. Price and Payment 3.1. Як компенсація вартості завершених та задовільно 3.1. In full consideration of the complete and satisfactory виконаних Робіт згідно даного Контракту, ПРООН performance of the Works under this Contract, UN Office shall pay зобов’язується заплатити Підряднику фіксовану ціну the Contractor a fixed contract UAH ______exclusive VAT. Контракту у розмірі ______без урахування ПДВ. 3.2. Ціна цього Контракту не може коригуватися чи 3.2. The price of this Contract is not subject to any adjustment or переглядатися під час виконання Контракту через можливі revision because of price or currency fluctuations or the actual costs зміни цін чи коливання валютних курсів або реальних incurred by the Contractor in the performance of the Contract. витрат Підрядника. The anticipated material and labor costs as per Annex 2 to the Очікувані витрати на матеріали та працю згідно Додатку 2 Contract (Price Schedule) shall be strictly adhered to. до контракту (Кошторис) повинні чітко дотримуватись. 3.3. Рахунки-фактури повинні надаватися Підрядником 3.3. Invoices shall be submitted by the Contractor to the Engineer Інженеру для узгодження після завершення відповідних for approval achievement of the corresponding milestones and for the етапів робіт та на наступні суми: following amounts:

Етап Обсяг від Milestone Amount of загальної total contract суми, без ПДВ sum,without VAT 20% авансового платежу від загальної 20% of advanced payment of the total contact вартості буде сплачено після підписання amount will bу paid after signing of present даного котракту. contract.

70% від загальної вартості договору 70% of the total contract amount will be paid будуть виплачуватися поетапно, на in stages, based on the actually performed підставі фактично виконаних обсягів volume of work by the Contractor over the робіт Підрядником за останній місяць last month (Certificate of Substantial (акти виконаних робіт повинні бути Completion in respect of any Section or part затверджені представником ПРООН та of the Works are subject to approval by представником організації, що здійснює UNDP representative and appointed технічний нагляд за будівництвом, і construction supervisory entity and have to be повинні бути представлені не пізніше ніж presented not later than within 5 days протягом 5 днів, наступних за звітним following the reporting month). місяцем

10% від загальної вартості договору 10% of the total contract amount (final (остаточний рахунок) буде сплачено на invoice) shall be effected by UNDP based основі фактично виконаних робіт on the actually performed volume of work Підрядником шляхом підписання Акту by the Contractor through the Handover and прийому-передачі виконаних робіт Acceptance Act signing by representatives представниками ПРООН, Замовникка та DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

власника об’єкту та після введення об’єкта of UNDP,beneficiary’s and Vendor and в експлуатацію. after commissioning of the building.

Загальна вартість контракту Total contract sum

3.4. У випадку недотримання Підрядником визначених 3.4. Should the Contractor fail to meet the deadlines set, or cause строків виконання робіт, завдання шкоди або виявлення damage, or defects are revealed in his work, UNDP reserves the right дефектів виконаних робіт, ПРООН залишає за собою право to postpone payment due to the Contractor for the respective затримати Підряднику оплату за виконані роботи згідно milestone. UNDP has the right to annul this Contract unilaterally, відповідного проектного завдання. ПРООН має право в without any claims by the Contractor, in cases of reiterated low односторонньому порядку розірвати даний Контракт, без quality performance of works and breach of construction standards будь-яких претензій з боку Підрядника, у випадках and regulations, as well as insufficient organization of construction систематичного виконання ним робіт з низькою якістю та works in terms of supply of labor and materials and failure to порушеннями будівельних норм та правил, а також implement the works within the terms, fixed the Contract. недостатньої організації будівельних робіт в частині забезпечення будівництва трудовими та матеріальними ресурсами, і невиконання робіт у визначені Контрактом терміни. 3.5. ПРООН здійснюватиме оплату рахунків-фактур 3.5. UNDP shall effect payment of the invoices after receipt of після отримання підписаних актів виконаних the acts of Works acceptance and certificate of payment issued by the робіт/накладних, та виписки представником ПРООН UNDP representative, approving the amount contained in the invoice. сертифікату на оплату виконаних робіт, який підтверджує The UNDP representative may make corrections to that amount, in суму, вказану в рахунку-фактурі. Представник ПРООН which case UNDP may effect payment for the amount so corrected. може вносити зміни в суму оплати, у випадку чого ПРООН The UNDP representative may also withhold invoices if the work is здійснює оплату відповідно до виправленої суми. not performed at any time in accordance with the terms of the Contract Представник ПРООН може також відкликати рахунки- or if the necessary insurance policies or performance security are not фактури, якщо роботи не виконано у відповідності до умов valid and/or in order. The UNDP representative shall process the Контракту на будь-якому етапі або якщо необхідні страхові invoices submitted by the Contractor within fifteen (15) days of their документи чи надана Гарантія виконання робіт є недійсними receipt. або в неналежному порядку. Представник ПРООН повинен розглянути рахунки-фактури, надані Підрядником впродовж п’ятнадцяти (15) робочих днів з дати їх отримання. 3.6. Роботи, виконані Підрядником з недоробками та 3.6. The Works, performed by the Contractor with imperfections дефектами, не підлягають здачі/прийому і оплаті, та до and defects, are not subject to acceptance and payment, and unless the усунення виявлених дефектів не оплачуються і подальші defects on them are remedied, the further Works implemented will not виконані роботи. be paid. 3.7. Платежі, здійснені ПРООН на користь Підрядника, 3.7. Payments effected by UNDP to the Contractor shall be не звільняють Підрядника від зобов’язань за даним deemed neither to relieve the Contractor of its obligations under this Контрактом, та не означають прийняття ПРООН виконаних Contract nor as acceptance by UNDP of the Contractor's performance Підрядником робіт. of the Works. 3.8. Робота підрядника буде контролюватися 3.8. The work of the Contractor will be monitored by the представниками організацій, відповідальних за авторський та representatives of entities responsible for author’s and technical технічний нагляд. supervision. Остаточне приймання робіт буде виконуватись Final inspection of works will be performed by UNDP representative, Представником ПРООН, представником технічного нагляду appointed construction supervisory entity and beneficiary’s та представником власника будівлі. representatives.

Оплата фінального рахунка-фактури здійснюється ПРООН Payment of the final invoice shall be effected by UNDP after після підписання Акту прийому-передачі виконаних робіт signature of the Handover and Acceptance Act signing by представниками ПРООН, Замовника та власника об’єкту та representatives of UNDP,beneficiary’s and Vendor and after після введення об’єкту в експлуатацію. commissioning of the object. 4. Спеціальні умови 4.Special conditions DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

4.1. Відповідно до пункту 45 Загальних умов, як компенсація 4.1. According to Clause 45 of the General Conditions, the шкоди через затримку у виконанні робіт встановлюється liquidated damages for delay shall be 0.5% of the total amount for пеня у розмірі 0,5% від ціни Контракту за кожен день each day of delay until actual completion, up to maximum deduction затримки до фактичного закінчення робіт, з максимальною of 10% of the value of the Civil Works Contract. Once the maximum сумою у 10% від вартості контракту без шкоди будь-яким is reached, UNDP may consider termination of the іншим засобам правового захисту, викладеним в контракті. Civil Works Contract. Наступні заходи: розірвання Контракту. 5. Надання рахунків-фактур до оплати 5. Submission of invoices 5.1 Один примірник оригіналу та одна копія кожного 5.1 One original and one copy of every invoice shall be рахунку-фактури на кожний платіж по Контракту Підрядник submitted by mail/personally by the Contractor for each payment надсилає поштою/передає особисто Інженеру за адресою, under the Contract to the Engineer's address specified in clause 8.2. вказаною в пункті 8.2. 5.2 Рахунки-фактури, надіслані факсом, не будуть 5.2 Invoices submitted by fax shall not be accepted by UNDP. прийняті ПРООН. 6. Час та спосіб платежу 6. Time and manner of payment 6.1. Рахунки-фактури повинні бути сплачені протягом 6.1. Invoices shall be paid within thirty (30) days of the date of тридцяти (30) робочих днів від дати їхнього отримання та their receipt and acceptance by UNDP. прийняття ПРООН . 6.2. Усі платежі повинні бути здійснені ПРООН на 6.2. All payments shall be made by UNDP to the following рахунок Підрядника: Bank account of the Contractor: Acc: 7. Зміни 7. Modifications Будь-які зміни до цього Контракту повинні вноситися Any modification to this Contract shall require an amendment in письмовим додатком, відповідним чином підписаним writing between both Parties duly signed by the authorized уповноваженими представниками Сторін. representatives of the Contractor and UNDP Office. 8. Повідомлення 8. Notifications 8.1. З метою здійснення повідомлень згідно Контракту, 8.1. For the purpose of notifications under the Contract, the використовуються такі адреси ПРООН та Підрядника: addresses of UNDP and the Contractor are as follows:

Для ПРООН: For UNDP: Кловський узвіз, 1, м. Київ, Україна 01021 1, Klovsky Uzviz, Kyiv, Ukraine 01021 Teл.: +38(044) 253-9363; Tel.: +38(044) 253-9363; Факс: +38(044) 253-2607 Fax: +38(044) 253-2607 Е-mail: [email protected] E-mail: [email protected]

Для Підрядника: For the Contractor: 8.2. Для потреб комунікації з Інженером, адреса 8.2. For the purposes of communications with the UNDP наступна: representative, the address shall be as follows:

9. Мова контракту 9. Language 9.1. Цей Контракт складений українською та англійською 9.1. The present Contract is made in Ukrainian and English мовами в двох примірниках. У разі виникнення languages in dublicate. In case of any differences priority is given to суперечностей пріоритет віддається версії англійською English version of the Contract. мовою. 10. Аудит та перевірки 10. Audits and investigations Кожен з рахунків, оплачених ПРООН, може стати об’єктом Each invoice paid by UNDP shall be subject to a post-payment audit внутрішньої або зовнішньої аудиторської перевірки by auditors, whether internal or external, of UNDP or the authorized співробітниками ПРООН або авторизованими agents of UNDP at any time during the term of the Contract and for представниками ПРООН під час дії Договору та протягом a period of three (3) years following the expiration or prior трьох років після його завершення або дострокового termination of the Contract. UNDP shall be entitled to a refund from розірвання. ПРООН матиме право вимагати від Підрядника the Contractor for any amounts shown by such audits to have been повернення платежів, які, за результатами аудиторської paid by UNDP other than in accordance with the terms and перевірки, були зроблені не у відповідності до положень conditions of the Contract. Should the audit determine that any DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

цього Договору. У випадку якщо аудиторська перевірка funds paid by UNDP have not been used as per contract clauses, the виявить недоцільне використання Підрядником коштів, company shall reimburse such funds forthwith. Where the company сплачених ПРООН за цим Договором, Підрядник буде fails to reimburse such funds, UNDP reserves the right to seek зобов’язаний повернути ці кошти в повному обсязі. У recovery and/or to take any other action as it deems necessary. випадку неможливості такого відшкодування з боку The Contractor acknowledges and agrees that, at anytime, UNDP Підрядника, ПРООН залишає за собою право вимагати may conduct investigations relating to any aspect of the Contract, відшкодування та/ або вдатися до таких дій, які вважатиме the obligations performed under the Contract, and the operations of за потрібне у такому випадку. the Contractor generally. The right of UNDP to conduct an Підрядник визнає та погоджується із правом ПРООН investigation and the Contractor’s obligation to comply with such проводити перевірки щодо будь-якого аспекту виконання an investigation shall not lapse upon expiration or prior termination цього Договору, дотримання обов’язків Підрядника за of the Contract. The Contractor shall provide its full and timely Договором та проведення іншої діяльності, пов’язаної із cooperation with any such inspections, post-payment audits or виконанням цього Договору. Право ПРООН на проведення investigations. Such cooperation shall include, but shall not be таких перевірок та зобов’язання Підрядника погодитись на limited to, the Contractor’s obligation to make available its проведення таких перевірок зберігатиметься під час дії personnel and any documentation for such purposes and to grant to Договору та після його завершення або передчасного UNDP access to the Contractor’s premises. The Contractor shall розірвання. Під час таких аудитів та перевірок Підрядник require its agents, including, but not limited to, the Contractor’s зобов’язується вчасно та в повному обсязі надавати attorneys, accountants or other advisers, to reasonably cooperate інформацію щодо виконання Договору, що включає (але не with any inspections, post-payment audits or investigations carried обмежується цим): дозвіл на спілкування із персоналом, out by UNDP hereunder. доступ до відповідної документації та надання ПРООН доступу до приміщень Підрядника. Підрядник рекомендуватиме своїм представникам, а саме, адвокатам, бухгалтерам, консультантам та іншим членам персоналу співпрацювати із представниками вищезазначених аудиторських комісій ПРООН. 11. Запобігання тероризму 11. Anti-terrorism Підрядник погоджується вдаватися до всіх розумних заходів The Contractor agrees to undertake all reasonable efforts to ensure з метою запобігання використання коштів, наданих йому that none of the UNDP funds received under this Contract are used ПРООН, на підтримку осіб або організацій пов’язаних із to provide support to individuals or entities associated with терористичною діяльністю. Підрядник гарантує, що terrorism and that the recipients of any amounts provided by UNDP отримувачі коштів, наданих йому ПРООН не входять до hereunder do not appear on the list maintained by the Security списку укладеного Радою Безпеки ООН згідно Резолюції Council Committee established pursuant to resolution 1267 (1999). 1267 (1999 рік). Цей список знаходиться за адресою у The list can be accessed via Інтернеті http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm This provision must be included in all sub-contracts or sub- Також це положення має бути включеним Підрядником до agreements entered into under this Contract. будь-яких субДоговорів, які він укладатиме із третіми особами задля проведення робіт в рамках цього Договору. 12. Безпека 12. Security Підрядник несе відповідальність за безпеку свого персоналу The responsibility for the safety and security of the Contractor and та схоронність свого майна та майна ПРООН, якщо таке its personnel and property, and of UNDP’s property in the було надано в тимчасове користування Підрядника на час Contractor’s custody, rests with the Contractor. виконання Договору. Підрядник зобов’язаний: The Contractor shall: Розробити та дотримуватися таких заходів безпеки put in place an appropriate security plan and maintain the security впродовж виконання Договору, які є доцільними з точки plan, taking into account the security situation in the country where зору ситуації у країні, де надаються послуги; the services are being provided; Прийняти на себе відповідальність і всі ризики пов’язані із assume all risks and liabilities related to the Contractor’s security, власною безпекою та безпекою свого персоналу під час and the full implementation of the security plan. виконання Договору. UNDP reserves the right to verify whether such a plan is in place, ПРООН залишає за собою право перевірки існування таких and to suggest modifications to the plan when necessary. Failure to заходів та пропонувати поліпшення до відповідних заходів, maintain and implement an appropriate security plan as required якщо потрібно. Недотримання заходів безпеки Підрядником hereunder shall be deemed a breach of this contract. вважатиметься за порушення умов Договору. Незважаючи Notwithstanding the foregoing, the Contractor shall remain solely DocuSign Envelope ID: 0B52C421-84AF-4003-916D-A02D4213DB5D

на вищезгадане, Підрядник нестиме відповідальність за responsible for the security of its personnel and for UNDP’s безпеку свого персоналу та схоронність обладнання property in its custody. ПРООН якщо таке було надано Підряднику на термін виконання Договору.