List of abbreviations:



Norwegian Refugee Council and The Pakistan Afghanistan Tajikistan Regional Integration Programme (PATRIP) Foundation PartnershipTechnical Part of RFP for Geotechnical investigations, Tests and Geotechnical ReportProject Title: Cross-Border Social Development through Permanent Education Infrastructure and Access to Improved Water and Sanitation FacilitiesTable of Contents TOC \o "1-3" \h \z \u List of abbreviations: PAGEREF _Toc55372571 \h 4Profile of implementing organization: PAGEREF _Toc55372572 \h 5Context: PAGEREF _Toc55372573 \h 5Type of Services: PAGEREF _Toc55372574 \h 6Scope of Work (SOW): PAGEREF _Toc55372575 \h 7General Terms and Conditions: PAGEREF _Toc55372576 \h 12Language of bid PAGEREF _Toc55372577 \h 12Currency of the Bid: PAGEREF _Toc55372578 \h 12Taxation: PAGEREF _Toc55372579 \h 12Payment Method: PAGEREF _Toc55372580 \h 12Conflict of Interest PAGEREF _Toc55372581 \h 13Fairness and Transparency PAGEREF _Toc55372582 \h 13Fraud and Corruption: PAGEREF _Toc55372584 \h 13Confidentiality PAGEREF _Toc55372586 \h 14Eligible Bids: PAGEREF _Toc55372588 \h 14Eligible Materials, Equipment and Services PAGEREF _Toc55372589 \h 14Joint Ventures PAGEREF _Toc55372590 \h 14One Bid per Bidder PAGEREF _Toc55372591 \h 14Cost of Bidding PAGEREF _Toc55372592 \h 14Selection Criteria: PAGEREF _Toc55372593 \h 15The preferred firm will be and or must: PAGEREF _Toc55372594 \h 15Amendment of tender documents PAGEREF _Toc55372598 \h 16Marking and Submission: PAGEREF _Toc55372602 \h 16Supplier Information- PAGEREF _Toc55372605 \h 16Annex 1 PAGEREF _Toc55372611 \h 18List of abbreviations:AFNAfghani CurrencyBoQBill of QuantityCVCurriculum VitaeGoIRA Government of Islamic republic of Afghanistan ILOInternational Labor OrganizationMoEMinistry of EducationMoJMinistry of JusticeMoRRMinistry of Refugees and RepatriationMoUMemorandum of UnderstandingNGONon-Governmental OrganizationNRCNorwegian Refugee CouncilPATRIPPakistan Afghanistan Tajikistan Regional Integration ProgramRFPRequest for ProposalSoWScope of WorkWASHWater, Sanitation and Hygiene PromotionProfile of implementing organization:NRC has been operational in Afghanistan, since 2003 and has focused on three primary sectors to directly assist and protect people that have been forced to flee their homes: Legal Protection, Shelter, and Education. The Shelter teams implement a cash-based, community driven, conditional self-build shelter programme, whilst the Education team paves the way for vulnerable and displaced children to access quality education in a protective environment. NRC Afghanistan also has complementary activities in other technical sectors, such as community-based WASH – primarily for shelter and education work, Livelihoods and Food Security, and Camp Management in urban displacement and out-of-camp settings. At present, the organisation employs 1,208 staff (826 Male; 382 Female), serving 18 provinces of Afghanistan, and has an average annual financial portfolio of USD $26 million.NRC Afghanistan currently has two ongoing infrastructure projects funded through the PATRIP Foundation, constructing a transit centre and a reception centre in Nimroz and Herat Provinces respectively to allow for improved protection assistance and support reintegration of returnees coming across the Iranian border.NRC Afghanistan is registered under the Ministry of Economy of the Islamic Republic of Afghanistan entitling it to operate as an NGO. It also holds Memorandum of Understanding (MoU) with the Ministry of Education (MoE), Ministry of Justice (MoJ), and Ministry of Refugees and Repatriation (MoRR). Context:NRC Afghanistan is implementing Cross-Border Social Development through Permanent Education Infrastructure and Access to Improved Water and Sanitation Facilities project in Khost Province and Increased Access to Permanent Education and WASH Facilities to Vulnerable Afghan Refugee-Returnee Children project in Kunar Province both funded by PATRIP Foundation to provide the required infrastructural facilities to ensure vulnerable primary school-aged Pakistani refugee, vulnerable Afghan refugee-returnee and displaced children gain improved access to education in both provinces.Province/District:Schools locations with GPS points and additional details on distance from the border. Khost Province:NoProvinceDistrictArea/VillageGPS PointsDistance from borderProject ComponentNorthEast1KhostGurbazGulan camp-Cluster333 13 26.4469 55 28.6510.7New School ConstructionNoProvinceDistrictArea/VillageGPS PointsDistance from borderProject ComponentNorthEast2KhostMatunKajeri KaliN 33 21 43.26E 69 57 33.2519.2Classroom Extension3KhostMandozaiDarnomi high schoolN 33 19 43.0E 69 45 21.626Classroom Extension4KhostMandozaiSediq rohi girls high schoolN 33 19 28.03E 69 50 36.6324.8Classroom Extension5KhostGurbazZiadin high schoolN 33 14 3.99E 69 53 11.9012.5Classroom extension6KhostGurbazSheikh Amir high schoolN 33 16 41.53E 69 54 58. 2317.7Classroom extension7KhostShamalIstaqlal primary schoolN 33 19 8. 74E 69 55 3.7321.4Classroom extension8KhostMatunBibi Khadeja girls high schoolN 33 20 29.83E 69 56 54, 2819.5Classroom extension9KhostGurbazMarmanday/sherpaoN 33 18 38,28E 69 58 11, 1814Classroom extension10KhostLakanMotkhel primary schoolN 33 19 47, 43E 70 4 20.6414.4Classroom extension11KhostMatunKondai manz kali girls secondary schoolN 33 22 3. 45E 69 59 46. 7418Classroom extension12KhostLakanZakokhel high schoolN 33 21 34.33E 70 62 5 3 4418.2Classroom extensionsKunar Province:NoProvinceDistrictArea/VillageGPS PointsDistance from BorderProject ComponentNorthEast1KunarKhas KunarSahib JamN 34° 38' 234" E 070° 52' 042"15 KMNew School Construction2KunarKhas KunarKawerN 34° 37' 664" E 070° 49' 923"11KM New School Construction3KunarAsadabadBara ShagiaN 34° 54' 48.7" E 071° 07' 31.1"23 KMNew School Construction4KunarAsadabadGur GamN 34° 53' 027" E 071° 08' 46.2"27 KMNew School ConstructionNoProvinceDistrictArea/VillageGPS PointsDistance from BorderProject ComponentNorthEast5KunarAsadabadDam kalyN 34° 87' 60" E 071° 14' 930"24Classroom Extension6KunarAsadabadShagaiN 34° 54' 08.8" E 071° 08' 30.8"21Classroom ExtensionType of Services:The selected contractor will conduct geotechnical investigations, topographic survey and grading plan for all the new primary schools and school extensions constructions in both Khost and Kunar Provinces as provided in the table above - one (1) one-story primary school buildings and eleven (11) two-story extensions schools in Khost and four (4) one-story school buildings and two (2) two-story extension schools buildings in Kunar.Scope of Work (SOW): Geotechnical:The geotechnical investigations will include taking samples of soils by percussion method, performing lab tests on the taken samples and provide a Geotechnical reports for each school, signed sealed by professional engineer, which presents findings of subsurface exploration and provides geotechnical recommendations regarding the design and construction of proposed new building foundations, All geotechnical investigations as well as laboratory and field methods of testing shall be performed by laboratories that have been certified by USACE-AED Quality Assurance Branch or with government of Afghanistan.The report shall indicate the seismic site class, allowable soil bearing pressure, lateral soil pressure (active, passive, and at rest), and associate backfill requirement to obtain these pressures. The geotechnical investigation company will also have responsibility to do all the works on their own transportation. NRC will facilitate identification of the schools’ location and paving the way for starting their works on the geotechnical investigation (NRC site staff will help and identify/show the primary school locations to the winner company to start geotechnical investigation and further activities), the geotechnical company should complete all the above activities in one month after signing of contract. The type of equipment used shall be test pits method one square meter with at least 3-meter depth and the depth of pits will be as per site need 3-6 meter, and 3 test pit for each primary school and two test pit for each extension school, the sampling frequency will be at each 1m interval.The geotechnical investigation required to be developed shall at a minimum include the following:Surface investigationsSubsurface investigationsLaboratory test resultsAdditional advanced laboratory tests including SPT and FDT.The number of testing pits should not be less than three (3) pits.The testing for all pits shall be carried out to the depth of at least 3 meters.The equipment used shall be drilling or hand operated equipment.Geo technical test should be conducted based on building story.Furthermore, the winner laboratory company is responsible for performing of all test and recommendations that required for structure design during design stage and to answer any comments from PATRIP Foundation, MOE, NRC and the design company during the structure design period.The laboratory test results shall at a minimum include the following:Water content (ASTM D 2216) Specific gravity of soil solids (ASTM D 854) Atterberg limits (ASTM D 4318) Grain size analysis (ASTM D 422) Density and unit weight of soil in place using sand cone method (ASTM D 1556) Soil classification according to Unified Soil Classification System (ASTM D 2487) Laboratory compaction characteristics using modified effort (ASTM D 1557) Unconfined compressive strength of cohesive soil (ASTM D 2166) or direct shearCBR (ASTM D 1883)The geo technical test report shall contain all site sampling information testing analysis results and ographic Survey:The objective of topographic survey is to provide existing site condition data for construction of schools at proposed 12 different sites of Khost and 6 sites of Kunar Provinces. to carry out the topographical (topo) survey using latest topographic survey equipment (Total Station), establish BM in each school site, prepare site topographic plan, grading plan, site layout Plan, profile on both direction and quantities of cut and fill for leveling and grading of the site for construction of the primary and extensions schools. The topographic survey will be carried out during the soil sampling at sites. And the grading plan, profiles and quantities of cut and fill will be carried out during the geotechnical report at office and submit the topographic map and profiles with geotechnical report. Topo mapping shall be carried out for a minimum area of 10000(100m x 100m) square-meter for each schools @ each 10m space points to be recorded and the soft and hard original and three copies to be submitted for review and comments as per PATRIP and MoE Requirements.Report shall include the following: 1.Bench MarkAt each school site the Contractor shall establish a Bench Mark (BM) and carry out existing BM levels with the prescribed standards. All bench mark survey shall be closed and error shall be rectified. The BM should be positioned with reference with existing physical features and as well as with GPS. Photographs should be taken to facilitate physical identification and confirmation of the BM. The BM point should be marked and the spot level should be written with non-removable enamel paint.2.Site Layout PlanCarry out a layout plan of the proposed site showing the main and secondary canal layout, minor streams, roads, walkways, washes, trees, cultivable lands, existing structures and other valuable/important physical features if any. 3.Profile/cross sections survey:At every school site, cross section survey has to be conducted on both directions to determine the elevation of points and area at the location.ographic Survey DrawingsThe topographic drawings should be presented with AutoCAD CIVIL 3D and Auto CAD drawings in A3 sheets and soft in a CD.Bill of Quantity (BoQ): Populate for the 12 locations in Khost and 6 Locations of Kunar provinces that require Geotechnical survey.Site visit and geotechnical investigations from mentioned locations, taking soil samples from each school location and each type of soil during the digging and according to the elevation and geotechnical standards, Lab tests on the samples of each bore and preparation successful result separately for each school, preparation of geotechnical investigation report separately for each school according to the geotechnical investigations and lab tests as per the TORAFFM1903 PATRIP Project Khost (Lot-1)Item NoDescriptionLocationUnitQuantityUnit Cost (AFN) Total Cost (AFN)RemarkProvinceDistrictVillage1Standard one-story 6 Classrooms-School-NewKhostGurbazGulan Camp, cluster 3NO1.00???Sub-Total of New School Construction?AFN2Classroom Extension-Standard, Two story 6 Classroom Gallery DesignKhostMatoonKajeri KaliNO1.00???3Classroom Extension-Standard, Two story 6 Classroom Gallery DesignKhostMandozaiDarnomi high schoolNO1.00???4Classroom Extension-Standard, Two story 6 Classroom Gallery DesignKhostMandozaiSediq rohi girls high schoolNO1.00???5Classroom Extension-Standard, Two story 6 Classroom Gallery DesignKhostGurbazZiauddin high schoolNO1.00???6Classroom Extension-Standard, Two story 6 Classroom Gallery DesignKhostGurbazSheikh Amir high schoolNO1.00???7Classroom Extension-Standard, Two story 6 Classroom Gallery DesignKhostShamalIstaqlal primary schoolNO1.00???8Classroom Extension-Standard, Two story 6 Classroom Gallery DesignKhostMatoonBibi Khadija girls high schoolNO1.00???9Classroom Extension-Standard, Two story 6 Classroom Gallery DesignKhostGurbazMarmanday/sherpaoNO1.00???10Classroom Extension-Standard, Two story 6 Classroom Gallery DesignKhostLakanMotkhel primary schoolNO1.00???11Classroom Extension-Standard, Two story 6 Classroom Gallery DesignKhostMatoonKondai menz kali girls secondary schoolNO1.00???12Classroom Extension-Standard, Two story 6 Classroom Gallery DesignKhostLakanZakokhel high schoolNO1.00???Sub-Total of Classroom Extensions?AFNTotal of All Primary Schools (New schools+ classroom extension) in Khost Province?AFNSite visit and geotechnical investigations from mentioned locations, taking soil samples from each school location and each type of soil during the digging and according to the elevation and geotechnical standards, Lab tests on the samples of each bore and preparation successful result separately for each school, preparation of geotechnical investigation report separately for each school according to the geotechnical investigations and lab tests as per the TORAFFM1904 PATRIP Project Kunar (Lot-2)Item NoDescriptionLocationUnitQuantityUnit Cost (AFN) Total Cost (AFN)RemarkProvinceDistrictVillage1Standard one-story 6 Classrooms-School-NewKunarKhas KunarSahib JamNO1.00???2Standard one-story 6 Classrooms-School-NewKunarKhas KunarKawerNO1.00???3Standard one-story 6 Classrooms-School-NewKunarAsadabadBara ShagiaNO1.00???4Standard one-story 6 Classrooms-School-NewKunarAsadabadGur GamNO1.00???Sub-Total of New School Construction?AFN1Classroom Extension-Standard, one story 4 ClassroomKunarAsadabadDam kalyNO1.00???2Classroom Extension-Standard, one story 4 ClassroomKunarAsadabadShagaiNO1.00???Sub-Total of Classroom Extensions?AFNTotal of All Primary Schools (New schools + classroom extension) in Kunar Province?AFNGrand Total of Khost Lot-1 and Kunar Lot-2 For all New and extension Schools?AFNGeneral Terms and Conditions:Below terms and conditions are applicable to this RFP:Submission of proposals in response to the RFP does not obligate NRC to award and/or enter into an agreement with the bidder. The award is subject to the selection/evaluation criteria as specified in the RFP.In the cost proposals, the prices shall be quoted in AFN.Proposal submitted after the closing date/time (as specified in the RFP) will not be considered for evaluation and further processes.NRC reserves the right to reject any proposals that does not comply with the terms and conditions of the RFP.The prices of the proposals must remain valid for the period of 5 months after official submission deadline under this RFP and in any resulting agreement. The bidder shall provide prices and costs including applicable taxes and any other additional costs directly associated with the delivery of goods, works or service(s) to NRC.All the pages of the RFP are required to be signed and stamped by authorized signatory of the firm/company submitting a response/proposal.Please sign, stamp and date all your proposal pages and this RFP; failure to meet the requirement of this term will disqualify any or all pages without stamp and signature.Language of bidThe qualification document as well as all correspondence and documents relating to the qualification shall be in English language. Supporting documents and printed literature, that are part of the application, may be in another language.SubcontractingThe Contractor is not permitted to subcontract the whole of the Works. The Contractor shall not subcontract any part of the Goods, Works, Services or Consultancies without the written consent of the Employer. The Contractor shall not subcontract more than 20% of the works.Currency of the Bid:The currency of the bid is AFN’sTaxation:As per article 72 of GoI RA Ministry of Finance on taxation; NRC will deduct from the total of the contract a fixed amount of 2% tax in presence of a valid business license and 7% tax in absence of a valid business license and will pay this on behalf of the company/firm to the government account for which the evidence will be provided to the contractors.Payment Method:The preferred method of payment under this RFP is bank transfer. NRC will pay all due amounts to the officially introduced bank account of the contractor registered by the name of the company in any of the banks preferred by the contractor. In exceptional circumstances a cheque may be made in the name of official representative of the company for which additional documents and evidences will be required by NRC Finance Department.Contractor’s Account Information: Please kindly provide your bank information as below and attach bank details of same account registered by your company name to your proposal.Account Holder Account No.Bank SWIFT Corresponding Bank Conflict of InterestA firm participating in this present procurement process must not have a conflict of interest. Any firm found to have a conflict of interest shall be ineligible for an award of a contract. If there is any personal relationship between the bidder, the Employer or the PATRIP Foundation, this must be stated as this might result in an exclusion of the bidder.Fairness and TransparencyAll bidders who take part in a procurement for consulting services, goods or works must ensure a fair and transparent competition and to fulfil at least the International Labour Organisation’s (ILO) key norms, which are ratified by the country in which the services or works are performed. These must be documented by signing a Declaration of Undertaking. If the Declaration of Undertaking is not provided in the Technical Envelop by the bidder with the tender documents, the bidder will be excluded from the tender.Fraud and Corruption:When participating in this tender, it is required that bidders, suppliers, contractors and their agents and any personnel thereof, observe the highest standard of ethics during the procurement and execution of contracts. For the purpose of this provision, the terms set forth are defined below:“Corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;“fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;“collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;“coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;“obstructive practice” is deliberately destroying, falsifying, altering, or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede an investigation of money donor into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation.ConfidentialityThe tender process shall be treated confidentially. During the tender process, no information will be given to bidders or third parties who do not officially participate in the tender with regard to the evaluation of the proposals and recommendations for the award of contract. If the confidentiality has been broken the tender can be cancelled. In the time between the public announcement of the tender and the award of the contract, discussions with the bidders about their offers are not allowed. However, visits to the project sites or searching/reviews of documents are allowed as long as these activities serve the bidders for getting acquainted with the working environment. Furthermore, questions for clarification in writing are allowed. Answers will be given in writing and will be made available to all bidders who have registered.Eligible Bids: Bids from companies, organizations or individuals are accepted for the tender, if none of the following reasons for exclusion apply:The company, organization or individual is listed in the sanction and embargo list of the UN Security Council, the EU or the German Government.The company, organization or individual is legally barred from the procurement process on the grounds of previous violations of regulations on fraud and corruption.The company, organization or individual to be contracted is an enterprise economically intertwined with persons conducting the tender.Eligible Materials, Equipment and ServicesThe materials, equipment and services to be provided under the Contract shall be of the highest quality and long-life international recognized standard. At the Employer's request, all bidders will be required to provide evidence of the quality standard certification for calibration of their testing and surveying equipmentJoint VenturesNot joint ventures are allowed under this bidding process; Companies proposing joint venture may not be considered for further evaluation and may be disqualified at primary stage after opening of the bids.One Bid per BidderEach Bidder shall submit only one tender either by himself, or as a partner in a joint venture. A bidder who submits or participates in more than one tender will be disqualified.Cost of BiddingAll cost for a site visit, obtaining information/data and preparation / submission of the qualification document, meetings, negotiations, etc. in relation with the qualification or the subsequent proposal shall be borne by the bidders.Selection Criteria:The preferred firm will be and or must: Duly registered and domiciled in Afghanistan.Must have in their company profile geological and geotechnical engineers to carry out the investigationProven experience of minimum five years in geotechnical surveysDemonstration of knowledge and familiarity with the site and its region; A proven record of delivering projects within the planned time schedule and cost estimatesMust have valid operating permits and licensesMust provide tax returns for the year 2019The company should have the technical and logistical capacity to carry out geotechnical investigations in Twelve (12) schools in Khost and six (6) schools in Kunar Provinces as mentioned above. All the proposed equipment and machines for doing geotechnical investigation should be available, recently calibrated by recognized company and certified as such. CVs and previous experience certificate of geotechnical staff should be provided.The winning company is not allowed to sub-contract this contract to another laboratory or company.The submission of Declaration of Undertaking by bidder must be mentioned. In case of a non-submission bidders will be excluded from the evaluation process.Evaluation of bid: The evaluation of bids will be carried out in two steps:Technical Qualification: Required information will be evaluated on a ‘pass’ and ‘fail’ basis according to the above set criteria. Only if a bidder obtains a ‘pass’ for all required criteria, the financial bid will be opened and evaluated.Financial evaluation: The most favorable bidder is the one with the lowest price and complying with all requirements.The company should comply with applicable labor laws and the Core Labor Standards of the International Labor Organization (ILO) as well as national and applicable international standards of environmental protection and health and safety standards by dully signing of the declaration of undertaking. (Annex 1 of PATRIP Project Implementation Guide).The company, organization or individual is listed in the sanction and embargo list of the UN Security Council, the EU or the German Government;The company, organization or individual is legally barred from the procurement process on the grounds of previous violations of regulations on fraud and corruption; andThe company, organization or individual to be contracted for considerable portions of the contract is an enterprise economically intertwined with persons conducting this bid process. Pre-Bid meeting A pre-bid meeting and will be held on 15th November 2020 at the NRC office in Kabul. During the pre-bid meeting requirements of the bid will be presented to interested companies and clarifications can be requested by bidders. The participation is not mandatory. Minutes of Meeting will be sent to all bidders who have expressed their interest in the bid.Amendment of tender documentsAt any time prior to the deadline for submission of bids, the Employer may amend the tender documents by issuing addenda.Any addendum thus issued shall be part of the tender documents and shall be communicated in writing to all prospective bidders that have received the tender documents. Prospective bidders shall promptly acknowledge the receipt of each addendum in writing to the Employer.To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, NRC may, at its discretion, extend the deadline for submission of bids.Marking and Submission:The price and technical proposals must be separate and put both of them in one general package/envelope and marked as per instructions, price proposal must include the BOQ all other along with Annex-1 (Declaration of Undertaking) must be in Technical proposal.The Bidder must follow the steps below to successfully submit their bids:Sealing: The bidder must submit their proposal in a dark, stamped and sealed envelope.Marking: The bidder must use below format to mark their bids on the envelope:488950125095From: <Company Name>To: Tender CommitteeNRC Office located 3rd Street of Qale-Fatullah, PD 10, Kabul, Afghanistan 0From: <Company Name>To: Tender CommitteeNRC Office located 3rd Street of Qale-Fatullah, PD 10, Kabul, Afghanistan Method of Submission: All bids must be hand delivered and dropped in the tender box Deadline for Submission: The deadline for submission of this RFP is 3:00 pm 18th November 2020Address of Submission: NRC Office located 3rd Street of Qala-e-Fatullah, PD 10, Kabul, Afghanistan Supplier Information-Company name………………………………………………Stamp…………………….….…...Address…………………………………………………………………………………...................Contact person……………………………………………………………………………………..…Contact Telephone number……………………………………………………………………..Email/Fax…………………………………………………………………………………………………NRC reserves the right to accept or reject the whole or part of your quotation based on the information provided. Incomplete quotations which do not comply with our conditions will not be considered. Shortlisted suppliers will be required to submit samples of each item. Please be sure to have all samples available at short notice, and wait for a response from NRC if you have been shortlisted.Annex 1Declaration of Undertaking We underscore the importance of a free, fair and competitive procurement process that precludes abusive practices. In this respect we have neither offered nor granted directly or indirectly any inadmissible advantages to any public servant or other person nor accepted such advantages in connection with our bid, nor will we offer or grant or accept any such incentives or conditions in the present procurement process or, in the event that we are awarded the contract, in the subsequent execution of the contract. We also declare that no conflict of interest exists in the meaning of the kind described in the corresponding Guidelines. We also underscore the importance of adhering to environmental and social standards in the implementation of the project. We undertake to comply with applicable labor laws and the Core Labor Standards of the International Labor Organization (ILO) as well as national and applicable international standards of environmental protection and health and safety standards. We will inform our staff about their respective obligations and about their obligation to fulfil this declaration of undertaking and to obey the laws of the country of [Country]. We also declare that our company/all members of the consortium has/have not been included in the list of sanctions of the United Nations, nor of the EU, nor of the German Government, nor in any other list of sanctions and affirm that our company/all members of the consortium will immediately inform the client and PATRIP Foundation if this situation should occur at a later stage. We acknowledge that, in the event that our company (or a member of the consortium) is added to a list of sanctions that is legally binding on the client and/or PATRIP Foundation, the client is entitled to exclude our company/the consortium from the procurement procedure and, if the contract is awarded to our company/the consortium, to terminate the contract immediately if the statements made in the Declaration of Undertaking were objectively false or the reason for exclusion occurs after the Declaration of Undertaking has been issued. (Place) ......................................, this ................ day of ............................. Name of company ..................................................................................... Signature(s)……………………………………………………………………………………………. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download