Historique

The South Eastern and Eastern Europe Clearinghouse for the Control of Small Arms and Light Weapons (SEESAC) is a joint initiative of the UNDP and the Regional Cooperation Council. As such, it is an integral part of UNDP’s work in the Europe and the Commonwealth of Independent States (ECIS) region and has, since 2002, worked primarily to strengthen the capacities of national and regional stakeholders to control and reduce the proliferation and misuse SALW, and thus contribute to enhanced stability, security and development in South Eastern and Eastern Europe. SEESAC also has a distinguished record working closely with national Ministries to mainstream gender equality and this aspect will remain central to the programme.

Going forward, SEESAC will maintain its long-standing work in South-Eastern Europe on SALW and gender equality in security sector reform fields, under the framework of the RCC. The programme will continue and, where possible, scale up the innovative work it has pioneered in fostering confidence between rule of law providers within southeast Europe, as well as in the fields of innovation, security and technology. In addition, SEESAC will increasingly focus on sharing the capacity it has developed over the years through line ministries and UNDP offices in order to address community and other security needs beyond the sub-region and provide guidance on introducing gender equality into the security sector. 

The overall objective of the project is to contribute to international peace and security by combatting the threat posed by the widespread accumulation and illicit trafficking of SALW and their ammunition in and from SEE. At the same time, it enhances regional stability by working within the framework of the RCC and in partnership with other relevant initiatives. The project is directly contributing to the implementation of the EU Security Strategy, the EU SALW Strategy, EU Strategy Against Illicit Firearms, Small Arms & Light Weapons & Their Ammunition, the Arms Trade Treaty, the UN Programme of Action, the International Tracing Instrument, UN Firearms Protocol, UN Security Council Resolution 1325 and will specifically enhance regional cooperation in combating the threat posed by the spread of SALW and their ammunition. Specifically, the project is contributing to the implementation of the South East Europe Regional Implementation Plan Combatting the Proliferations and Impact of SALW and the Roadmap for a sustainable solution to the illegal possession, misuse and trafficking of SALW and their ammunition in the Western Balkans by 2024. The project results are also directly contributing to the implementation of the Sustainable Development Goal 16 on peaceful and just societies, in particular targets 16.1 (Significantly reduce all forms of violence and death rate everywhere) and 16.4 (significantly reduce illicit arms flows). 

SEESAC is currently implementing the Council Decision 2016/2356 in support of SEESAC disarmament and arms control activities in South-East Europe in the framework of the EU Strategy to combat illicit accumulation and trafficking of SALW and their ammunition, and amended by EU Council Decision 2019/2113; the Council Decision 2018/1788 in support of the implementation of the Regional Roadmap on combating illicit arms trafficking in the Western Balkans; and the Council Decision 2019/2111 in support of SEESAC disarmament and arms control activities in South-East Europe in reducing the threat of illicit SALW and their ammunition.

The overall objective of the project supported by the Council Decision 2019/2111 is to further contribute to improved security in the South-East Europe region and in the Union by combatting the threat posed by illicit SALW and their ammunition in and from South-East Europe, Belarus and Ukraine. The project has the following specific objectives: to contribute to strengthened regional cooperation, knowledge exchange and information-sharing on SALW control; to further support the development of a legislative and regulatory framework on SALW, firearms and explosives, and its harmonization with the Union framework and standardization in South-East Europe; the continuation of support  to evidence-based policy-making on SALW control addressing the needs of both men and women; to build the capacity of border police and criminal police services of the Western Balkans to counter illicit trafficking and possession of firearms; to improve capacity for physical security and stockpile management (PSSM) through infrastructure security upgrades, surplus reduction and training; to build on the current work on the establishment of the Firearms Focal Points in South-East Europe.

The aim of the component for Improvement of capacities for physical security and stockpile management (PSSM) through infrastructure security upgrades, surplus reduction and training is to support authorities of the interior and police authorities to further improve security infrastructure and standard operating procedures for priority storage  locations, which still pose a  significant risk of theft and illegal proliferation of SALW and their ammunition. This component is building on Council Decision (CFSP) 2016/2356 and is in line with Goal 7 of the Roadmap aimed at a significant decrease of the risk of proliferation and diversion of firearms, ammunition and explosives, and Goal 6 aimed at a systematic decrease of surplus and destruction of seized SALW and ammunition. Under the Council Decision 2016/2356, SEESAC completed comprehensive security upgrades of the MoI Gadime SALW and ammunition storage location, as well as two evidence rooms locations, within the Forensic Agency near Prishtina and Gjakova Regional Police Directorate (RPD).

The current project under the Council Decision 2019/2111, will continue to improve the security of weapons and ammunition storage in SEE by providing further specific technical and infrastructural assistance in line with international best practices and standards. SEESAC has identified stockpiles held by police and authorities of the interior as an area of concern due to the lack of capacity for safeguarding, inadequate record-keeping and stockpile management capabilities, and more complex systems which include formation weapons as well as confiscated firearms. Support will be provided for enhanced security of police/ authority of the interior SALW storages and evidence rooms through infrastructure upgrades. Evidence rooms located in local police stations are a priority, as a potential hazard for diversion exists but also in terms of public safety where several hazardous materials are kept together under poor storage conditions. Support will also be provided for reduction of surplus or confiscated SALW and ammunition thus further decreasing the risk of their illicit proliferation. 

As agreed with the KP, the project activities will specifically address the enhancement of SALW control security measures at three evidence rooms locations of the RPDs in Prishtina, Prizren and South Mitrovica, in accordance with the international standards and best practices.

1. RPD Prishtina evidence room 

Prishtina is the capital and seat of the eponymous municipality and district. The city is located at the north-eastern part of Kosovo in a plain near to the Gollak mountain. It covers an area of 30.3 km2 with an urban population of 145,149 inhabitants, as per 2011 census.

The evidence room is located at RPD building from 1990. The area surface is 47m2. The evidence room has two entry doors, no windows, and has a ceramic tile floor. The ceiling height is 3.15m. The planned intervention would include supply of racks  for weapons safekeeping.

2. RPD Prizren evidence room 

Prizren is the seat of the eponymous municipality and district, 85 kilometres south of Prishtina. The town covers an area of 22.39 km2. It is located on the banks of the Bistrica river and on the slopes of the Sharr Mountain in the southern Kosovo. The municipality is bordering Albania and North Macedonia. According to the 2011 census, the town of Prizren has 85,119 inhabitants, while the municipality has 177,781. 

The evidence room is located at the Prizren RPD built in 2006. The area surface is 17.15 m2. The evidence room has a metal security door (0.90 x 2.05m), and two windows (1.00 x 1.40m) with security bars, and a laminate floor. The ceiling height is 2.70m. For establishing higher level of security, supply and installation of racks for weapons safekeeping would be needed.

3. RPD South Mitrovica evidence room 

Mitrovica is a town and municipality on the banks of Ibar and Sitnica rivers, and the administrative centre of the Mitrovica District. The urban area surface is 15.9 km2. It is located about 41km northwest from Prishtina. According to the 2011 census, municipality of Mitrovica has 84,235 inhabitants, out of which 71,909 inhabit its southern part. 

The evidence room area is located at the new RPD building from 2012. The main evidence room surface is 58m2, with an anteroom of 17m2. The main evidence room has a double winged door (1.40 x 2.10m), three double-opening French type windows (0.80x2.00m), and ceramic tile floor. The ceiling height is 2.45m.

The planned security intervention would entail supply and installation of racks for weapons safekeeping.

Objectives of Assignment

The purpose of this consultancy is to provide support in the preparation and implementation of physical security upgrades of three evidence rooms of the Kosovo Police (KP) in Prishtina, Prizren and South Mitrovica. 

The consultant is expected to ensure that security upgrades, which will be executed under the project, are carried out in accordance with the project timeline and scope, upgrade design, and UNDP contract for goods/civil works/services, as appropriate. In this context, the expert is required to carry out the hereunder described duties, in accordance with the responsibilities delegated by UNDP SEESAC.

The upgrade of physical security of three KP evidence rooms in Prishtina, Prizren and South Mitrovica, in accordance with international standards and best practices

Devoirs et responsabilités

Under the overall direction of the UNDP SEESAC Project Manager and SALW Control Project Specialist and direct monitoring of UNDP SEESAC Chief Technical Advisor and SALW Control Project Officer, the consultant will be expected to prepare the detailed technical documentation for the performance of works and/or supply and installation of weapons racks, provide expert support for the technical evaluation of a tender for goods/civil works/services, and supervise works and/or supply and installation of weapons racks.

Deliverables/Outputs

Target Due Dates

  • Brief on the completion of three KP evidence rooms locations site surveys with detailed measurements taking prepared and submitted to UNDP SEESAC.
  • Technical documentation for the upgrades in accordance with the activity scope, timeline and the available budget prepared and submitted for approval of UNDP SEESAC in consultation with the KP.
  • Application for issuance of authorisation for works by the competent local authority as needed, submitted and the authorisation obtained.

By 10 January 2021

  • Expert support for three KP evidence rooms locations upgrades procurement technical evaluation including CAP approval, provided.
  • The procurement completed and the works contractor(s) selected and contracted.

By 15 March 2021

  • Supervision of works/supply and installation of weapons racks at three KP evidence rooms locations provided. The activity completed and the signed handover record submitted to UNDP SEESAC.

By 15 June 2021

 

Deliverables / Final Products Expected

Sites survey brief, preliminary design and design for works execution/supply and installation of weapons racks 

The sites survey shall include complete evaluation of the present state of the three evidence rooms, and entails detailed measurement taking, necessary for the foreseen security upgrades. 
The preliminary and the design for works execution/supply and installation of weapons racks for three evidence rooms locations, shall include the scope of works and BoQs with all items necessary to enable tendering and subsequent uninterrupted and smooth implementation. The BoQs shall contain specifications, materials and equipment without any brand names, as well as estimated realistic unit prices based on the current local market conditions. The documentation shall contain the BoQ and the Main volume separates.
The technical documentation shall be produced fully in accordance with the local construction legislation, bylaws, rulebooks, professional standards, and any other applicable laws and regulations.

Expert support for the tender for goods/civil works/services technical evaluation 

Support will be provided for technical evaluation of offers. The technical evaluation documents will be drafted in line with UNDP procurement guidelines including drafting an evaluation report. The evaluation documents shall provide an analysis on whether the offered unit rates are realistic and in accordance with local market conditions, compliance of the submitted bids including any offered equipment with the tender requirements, as well as how much the offers deviate from the design cost estimate. Furthermore, the report shall identify any potential risks associated with the received bids.


Supervision of civil works/supply and installation of weapons racks 

The consultant will provide supervision, quality assurance, and support for the timely implementation of the upgrades by communicating at appropriate occurrences with the goods/works/services contractor, as well as the local beneficiary supervision which will be provided.
The consultant will undertake regular on-site observations/inspections of the work in progress to determine if it is proceeding in accordance with the goods/works/services contract schedule, and conditions.
He/she will review and certify applications for payment made by the goods/works/services contractor, ensuring that each application details the actual quantities and value of work completed to date compared with the total billed quantity and unit rate for each item in accordance with the conditions of contract. 
The consultant will issue a technical handover record of completed work/supply and installation of weapons racks and submit it to UNDP SEESAC.

Reporting and other duties

In addition to the site survey brief and the technical handover record, the consultant will submit weekly briefs to UNDP SEESAC on the overall progress of his/her assignment including:
Progress is technical documentation preparation.
An overview of progress of the ongoing goods/works/services contract.
Brief description of actual versus planned progress with an updated estimation of time and costs necessary to complete the tasks.
A summary of eventual problems encountered, and solution measures taken or to be taken.
Comments on the quality of work and performance. 
Evaluation of eventual contractor-proposed plan for corrective measures to be implemented to increase the rate of progress and meet the required targets. 
Final brief following completion of his/her assignment, highlighting all major points of interest that arose during the implementation, the chronology of actions, problems encountered and solutions implemented; any changes made in design and specifications and the reasons; a breakdown of the final costs item by item, etc. The completed as-built drawings shall form an integral part of the final brief.
The consultant will execute other related engineering tasks as mutually agreed with UNDP SEESAC management.

Presentation of deliverables

The deliverables shall be submitted in both English and Albanian languages in three printed copies and one electronic copy. The electronic copy of the deliverables shall contain all relevant documentation (such as technical descriptions and specifications, BoQs and drawings) as separate files in commonly used open file formats (e.g. DOC/DOCX, XLS/XLSX, and DWG), as well as closed format (PDF). The closed format electronic documents as well as printed documents shall be signed and sealed by the Selected Bidder. The submission of documents shall be accompanied by an inventory sheet.

Scope of price proposal and schedule of payments

The financial proposal shall specify a total lump sum amount, and payment terms around specific and measurable (qualitative and quantitative) deliverables (i.e. whether payments fall in instalments or upon completion of the entire contract). Payments are based upon output, i.e. upon delivery of the services specified in the TOR.  In order to assist the requesting unit in the comparison of financial proposals, the financial proposal will include a breakdown of this lump sum amount (including travel, per diems, and number of anticipated working days). All envisaged local travel costs must be included in the financial proposal incorporated into the deliverables. The travel also includes any travel to join duty station.

Cost Breakdown per Deliverable Items

Deliverables and Sub-Components

Price (EUR)

 

  • Brief on the completion of three KP evidence rooms locations site surveys with detailed measurements taking prepared and submitted to UNDP SEESAC.
  • Technical documentation for the upgrades in accordance with the activity scope, timeline and the available budget prepared and submitted for approval of UNDP SEESAC in consultation with the KP.
  • Application for issuance of authorisation for works by the competent local authority as needed, submitted and the authorisation obtained.

 

 

  • Expert support for three KP evidence rooms locations upgrades procurement technical evaluation including CAP approval, provided.
  • The procurement completed and the works contractor(s) selected and contracted.

 

 

  • Supervision of works/supply and installation of weapons racks at three KP evidence rooms locations provided. The activity completed and the signed handover record submitted to UNDP SEESAC.

 

 

Total Price (EUR):

 

 

Required Presentation of Offer: 

The following documents are required to be submitted:

  • Updated P11/ CV, indicating all past experience from similar projects, as well as the contact details (email and telephone number) of the candidate and at least three professional references.
  • Letter of Confirmation of Interest and Availability
  • Brief description of why the individual considers him/herself as the most suitable for the assignment
  • Financial Proposal that indicates professional daily fee including total amount for whole duration of the assignment (lump sum amount) 
  • Copy of Diplomas and copy of Passport or National ID

Criteria for selection of the Best Offer
Combined scoring method – where the qualifications will be weighted a maximum of 70% and combined with the price offer which will be weighted a maximum of 30%.

Technical criteria weight: 70 (70% of total obtainable scores). Only candidates obtaining a minimum of 49 (70%) points on technical/interview part  will be considered for the financial evaluation.
Financial criteria weight: 30 (30% of total obtainable scores).

Criteria

Weight

Max. Point

Technical

70%

     70 

  • Criteria A

Experience in architectural/civil engineering design preparation and supervision. Experience in procurement of infrastructure works, related services and reporting.

    40

  • Criteria B

Experience in working with a diverse team, engaging with contractors, and other project stakeholders.

   10

  • Criteria C

Experience working in the multilateral development context, UN system or other international organization.

Experience in the implementation of infrastructure activities with public authorities (Ministry of Interior/Police).

    20

Financial

30%

   30

 

 

Additional Information:

  • The successful applicant must be willing to undergo a security vetting by the KP in order to obtain access to the project sites. Contract will be signed only after obtaining security clearance from the KP. 
  • Individual Contract (IC) will be applicable for individual consultants applying in their own capacity.  
  • Reimbursable Loan Agreement (RLA) will be applicable for applicants employed by any legal entity. Template of RLA with General Terms and Conditions could be found on: http://www.undp.org.rs/download/RLA%20with%20General%20Terms%20and%20Conditions.doc 
  • In the case of engagement of Civil servants under IC contract modality a no-objection letter should be provided by the Government entity. The ‘no-objection’ letter must also state that the employer formally certifies that their employees are allowed to receive short-term consultancy assignment from another entity without being on “leave-without-pay” status (if applicable), and include any conditions and restrictions on granting such permission, if any. If the previous is not applicable ‘leave-without-pay’ confirmation should be submitted.

 

Compétences

Core Competencies:

  • Demonstrating/safeguarding ethics and integrity; 
  • Demonstrate corporate knowledge and sound judgement; 
  • Self-development, initiative-taking; 
  • Act as a team player and facilitate teamwork; 
  • Facilitating and encouraging open communication in the team, communicating effectively; 
  • Creating synergies through self-control; 
  • Managing conflict; 
  • Learning and sharing knowledge and encourage the learning of others; 
  • Informed and transparent decision-making.

Functional Competencies:

  • Demonstrated ability to deal with and build collaboration among development stakeholders; 
  • Demonstrated leadership abilities and organizational capacity; 
  • Full computer literacy

Qualifications et expériences requises

Education/Academic Qualification:

  • University Degree in Architecture/Civil Engineering.
  • Professional certification (licensed architect/licensed civil engineer) registered with the local association of architects/engineers.

Work experience:

  • At least 5 years of experience in design and supervision of infrastructure projects implementation is required; 
  • Experience with controlling of bidding documents, including goods/works/services contract procedures and contract administration is requested; 
  • Experience in working with a diverse team, engaging with contractors, and other project stakeholders.

The following specific experiences will be considered an asset: 

  • Experience in working in the multilateral development context, UN system or other international organization. 
  • Experience in the implementation of infrastructure activities with public authorities (Ministry of Interior/Police). 

Knowledge:

  • Knowledge in the use of computers and office software packages and handling of web-based management systems.

Language requirement:

  • Fluency in English and Albanian is required. Knowledge of BCMS  languages would be an asset.

Application Instructions:

  • Click on the "Apply now" button;
  • Input your information in the appropriate sections: personal information, language proficiency, education, resume and motivation; you can type in, or paste your short Resume into the last box;
  • Upon completion of the first page, please hit "submit application" tab at the end of the page. On the next page, you will be asked to upload your Resume;
  • System will only allow one attachment. All docs (CV; P11; financial offer; list of similar profiles should be included as one attachment).
  • Please make sure to submit all the requested documents/information; otherwise, your application will be considered incomplete.