mobility plan en 300409 - sam.gov.lv · pdf file3 tender dossier 1. identification number,...

45
Apstiprināts 2009. gada 24. martā Open Tender DEVELOPMENT OF MOBILITY PLAN AND ACTION PROGRAM FOR RIGA AND PIERIGA Tender No. SM 2009/07/ FM-KF-TP/01/02-01 Riga, 2009

Upload: vudang

Post on 08-Mar-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

Apstiprināts 2009. gada 24. martā

Open Tender

DEVELOPMENT OF MOBILITY PLAN AND ACTION PROGRAM

FOR RIGA AND PIERIGA

Tender No. SM 2009/07/ FM-KF-TP/01/02-01

Riga, 2009

2

SATURS

TENDER DOSSIER........................................................................................................................3 1. Identification number, Customer and financing....................................................................3 2. Subject matter of the procurement and duration and site of the envisaged contract.........3 3. Place, date, time and order of submission and opening of Tenders, their validity ..................3 4. Guarantee of the tender ..............................................................................................................4 5. Shape of the tender......................................................................................................................4 6. Explanations concerning tender documentation.......................................................................5 7. Other information ........................................................................................................................5 8. Grounds for exclusion of tenderers and tenders ......................................................................6 9. Rights of the Procurement Commission ....................................................................................7 10. Duties of the Procurement Commission...................................................................................8 11. Rights and obligations of tenderers ...............................................................................................8 12. Opening of tenders .....................................................................................................................8 13. Selection of tenderers and evaluation of tenders.....................................................................9 14. Notification of award and signing of Service Contract ........................................................10 Annex 1: Tender ............................................................................................................................11 Annex 2: Qualification ..................................................................................................................13 Annex 3: Technical Offer..............................................................................................................14 Annex 4: Curriculum vitae ...........................................................................................................16 Annex 5: Terms of reference ........................................................................................................17 Annex 6: Tender Guarantee ..........................................................................................................37 Annex 7: Pre-payment guarantee sample ...................................................................................38 Annex 8: Draft contract ................................................................................................................39

3

TENDER DOSSIER

1. Identification number, Customer and financing

1.1. The procurement procedure is open tender (hereinafter – Tender) conducted under the Law on Public Procurement and the present dossier.

1.2. The procurement identification number is SM 2009/07/ FM-KF-TP/01/02-01.

1.3. The customer is Ministry of Transport of the Republic of Latvia, address Gogola Street 3, Riga, LV-1743, Latvia.

1.4. The Procurement is financed from the Project No.2005/LV/16/C/PA/001 “Technical aid to the Cohesion Fund Focal Point in Latvia”. The envisaged contract price is up to 870 thsd. EUR without VAT.

1.5. Contact person: Ms. Daiga Dolăe, member of the Procurement Commission (address: 3 GogoĜa Street, Riga, LV-1743, phone +371 67028030, fax +371 67028114, e-mail: [email protected]).

1.6. The customer provides for free and direct electronic approach to the documents of the present procurement procedure and auxiliary documents on its website: http://www.sam.gov.lv/satmin/content/?cat=365

2. Subject matter of the procurement and duration and site of the envisaged

contract

2.1. Subject Matter of the procurement is development of Riga and Pieriga Mobility Plan and Action Program (hereinafter – Service).

2.2. Envisaged duration of the Service contract is 13 months, however, no longer than 30th September 2010.

3. Place, date, time and order of submission and opening of Tenders, their

validity

3.1. Tenders shall be submitted at Investment Department of Ministry of Transport of the Republic of Latvia, Gogola Street 3, Room No. 407, Riga, LV-1743 (working hours 8.00 – 12.00, 13.00 – 17.00), Latvia, no later than at 11.00 on the 26th May 2009. Tenders can be submitted by post or personally. Tenders submitted after deadline shall be returned to the Tenderer unopened.

3.2. Tenders will be opened on 26th May 2009 at 11:00 local time at Meeting Hall on the 3rd floor of the Ministry of Transport of the Republic of Latvia, Gogola Street 3, Riga, LV-1743, in public open session.

3.3. The tenderer can revoke or amend its tender till the deadline for submission.

3.4. Any tender received after the deadline for submission or improperly arranged for security of its contents will be rejected and returned unopened to the tenderer.

3.5. Tenderers shall remain bound by their tenders till conclusion of the Service Contract, however, no longer than 90 (ninety) days from the opening day set under article 3.2 of the Tender Dossier.

3.6. The Procurement Commission (hereinafter – Commission) can apply for prolongation of the tender validity in writing. If agreeing to prolong the tender, the tenderer approves it in writing before the date set by the Commission no earlier than in 7 days.

4

3.7. If the Commission has asked for and the tenderer has agreed on prolongation of the tender validity, the Tender Guarantee as required under chapter 4 of the present Tender Dossier shall also be extended accordingly.

3.8. Tenders not guaranteed shall not be examined.

4. Guarantee of the tender

4.1. The tenderer shall submit original irrevocable Tender Guarantee for a fixed amount of EUR 25 000,00 (twenty five thousand Euros, 00 eurocents) valid from the deadline for submission of Tenders till the end of its validity.

4.2. The Tender Guarantee shall be issued by a bank (hereinafter – Guarantor) following the form set under Annex 5 of the present Tender Dossier with indication: „Guarantee of the Tender for Procurement No.SM 2009/07/FM-KF-TP/01/02-01".

4.3. The sum guaranteed with the Tender Guarantee is due for payment by the Guarantor to the Customer in case if: 4.3.1. the tenderer revokes the tender within the validity period of the Guarantee; 4.3.2. the tenderer which is awarded the Service contract does not sign it till the deadline

set by the Customer.

5. Shape of the tender

5.1. The tender and all documents and correspondence relating to the tender exchanged by the tenderer and the Procurement Commission shall be in English or Latvian. Supporting documents and printed literature furnished by the tenderer may be in other language provided that they are accompanied by an accurate translation into English or Latvian.

5.2. Tender documents shall be arranged in accordance with the Regulations of the Cabinet of Ministers of the Republic of Latvia No.154 of 23 April 1996 “On Composition and Arrangement of Documents” in one volume with pages bound and threaded through to prevent separation of the bound documents, with all sheets numbered in accordance with attached table of contents. The original shall be certified with signature of a person duly authorised as a signatory. The number of sheets shall be indicated on sticker on the thread knot, which shall be signed by the same signatory and sealed. If corrections are made in the tender, they shall be approved with signature of the same signatory.

5.3. One original volume of tender and 3 (three) copies arranged the same way as the original shall be submitted.

5.4. The original, copies and Guarantee of the tender shall be submitted in a single package. The envelope/package shall bear the Customer’s address, the tenderer’s name and address, as well as the title of the tender: “Ministry of Transport of the Republic of Latvia, address GogoĜa Street 3, Riga, LV-1743, Latvia. Tender for the procurement No. SM 2009/07/ FM-KF-TP/01/02-01, not to be opened before 26th May 2009, 11:00”.

5.5. Amendments to or revocation of the tender shall be packed, arranged and submitted the same way as the tender itself, with the relevant mark “Amendments to the tender” or “Revocation of the tender”. All information required under this Tender Dossier shall be submitted in writing. The patterns in annexes to this Tender Dossier shall be used for preparation of the tender.

5.6. Tender Guarantee shall be submitted in the single package of the tender separately from other documents (not bound).

5.7. The original of the tender shall consist of the tenderer’s qualification documents, filled tender form and documents of the Technical Offer, which shall be bound in the following sequence:

5

5.7.1. title page named „Tender for the procurement No. SM 2009/07/ FM-KF-TP/01/02-01" with the name and address of the tenderer;

5.7.2. list of contents with indicated numbers of sheets;

5.7.3. tender: the form “Tender” under Annex 1 of the present Tender Dossier filled and signed in accordance with article 5.2;

5.7.4. qualification documents of the tenderer: 5.7.4.1. in case of consolidation of entities: agreement signed by all parties in

accordance with article 7.5; 5.7.4.2. copies of documents proving registration of entities. In case of consolidation

of entities – on all parties, in case of subcontracting – on all subcontractors;

5.7.4.3. certificate (original or notarial certificate copy), issued by the State Income Service or other tax administration authority in Latvia or other country of registration of the tenderer, certifying that the tenderer has no tax debts, including social tax. In case of consolidation of entities – on all parties, in case of subcontracting – on all subcontractors;

5.7.4.4. certificate issued by a competent authority that the tenderer is not insolvent or under bankruptcy and/or liquidation. In case of consolidation of entities – on all parties, in case of subcontracting – on all subcontractors;

5.7.4.5. certificate (original or notarial certificate copy) issued by the Register of Entities of the Republic of Latvia or equal authority in other country of registration of the tenderer certifying signatory rights of tenderer’s representatives;

5.7.4.6. power of attorney (original or notarially verified copy) to another person to sign the tender, issued by the signatory indicated in the certificate by Register of Entities of the Republic of Latvia or equal authority in other country of registration of the tenderer, in case if the signatory of the tender is that other person;

5.7.4.7. filled form “Qualification” under annex 2 of the present Tender Dossier.

5.7.5. Technical Offer: filled form “Technical Offer” under annex 3 of the present Tender Dossier and signed in accordance with article 5.2;

5.7.6. other documents relevant to the Service on the tenderer’s own discretion;

5.7.7. certificates and other documents by relevant authorities are only accepted by the Customer if issued no earlier than six months before the date of submission of the tender, or earlier if so provided for by legislation of the country in question.

6. Explanations concerning tender documentation

6.1. The tender price shall be stated in Euros (EUR) without value added tax (hereinafter – VAT) with the filled form “Tender” under annex 1 of the present Tender Dossier.

6.2. All expenses incurred by the Service shall be covered by the tender price.

7. Other information

7.1. The Commission, prospective tenderers and tenderers shall exchange information by mail in Latvian or English.

7.2. The tenderer shall provide for inaccessibility of the information contained in its tender prior to the opening session.

7.3. The Customer and Commission is not allowed to inform prospective tenderers and tenderers

6

on presence of other tenders prior to the opening session, and is not allowed to inform tenderers on the procedure of evaluation of tenders prior to official announcing of the results.

7.4. The tenderer shall cover all expenses incurred by preparation and submission of the tender. The submitted tenders become property of the Customer and are not returned to the tenderers.

7.5. In case if tenderer is a consolidation of entities, all parties of the consolidation shall be itemised in the filled form “Tender” under annex 1 of the present Tender Dossier: 7.5.1. the tenderer shall submit qualification documents on each party of the

consolidation, and each party shall correspond to all qualification requirements for tenderers. Amount of fulfilled services over last three years shall be composed as the sum of such of each party of the consolidation;

7.5.2. agreement signed by all parties of the consolidation shall be included in the tender, stating that all the entities together are and each separately is responsible for fulfilment of the Service, and defining the leading party which is duly authorised to sign the tender and other documents, receive and issue letters, and settle accounts in behalf of the consolidation. The agreement shall contain the shares of Service (per cent) to be contributed by each party of the consolidation.

7.6. Each tenderer only can submit one tender. In case of consolidation of entities this refers to each party of such.

7.7. Two or more legal entities mutually interconnected under the item 18 of the article 1 of the Latvian Law on Taxes and Fees shall also be considered one tenderer.

7.8. The tenderer is responsible for rendering the Service independently of the share its subcontractors account for.

7.9. A person having participated in a previous stage of the present procurement or developing of the Tender documents has no right to participate in further stages of the same Service and/or the relevant procurement procedure in case if the abovementioned conditions provide for advantages to this person in the procurement procedure, thus distorting competition. Stages of Service mean more than one subsequent procurement leading to a single ultimate result.

8. Grounds for exclusion of tenderers and tenders

8.1. Tenderer is found guilty by court for involvement in organised crime, corruption, fraudulent financial operations or money laundering.

8.2. Tenderer is declared insolvent, its business activity has been suspended or determined, or legal bankruptcy proceedings have been commenced against a Tenderer.

8.3. Tenderer has tax debts or debts with respect to mandatory payments of State social insurance in state in which the tenderer is registered.

8.4. Disruption in tenderer’s professional activities during the last three years prior to the date of submission of the tender takes place on the basis of applied court judgement or resolution of other competent institution on essential violation of normative acts regulating the corresponding sector, as well as essential violation of environment protection, competition and labour rights.

8.5. Tenderer has provided false information for evaluation of its qualification or has not provided the relevant information at all.

8.6. Tenderer is not registered, licensed or certified in compliance with the requirements stated in legislation of the respective country.

7

8.7. Tenderer has not completed at least 1 (one) contract on urban transport planning of similar nature and complexity during last 3 (three) years (in case of consolidation of entities the experience of all parties will be taken into account).

8.8. Tenderer’s average annual turnover over the last three financial years (except for entities which are established later) does not exceed EUR 500 000 without VAT (for a consolidation of entities – average annual financial year turnover during the last three years of all the parties taken together).

8.9. Education, experience, language skills of the key personnel does not meet the requirements set under article 4.2 “Individual expert qualification requirements and indicative contributions” of annex 5 “Technical Specification”. If an expert of the proposed team does not meat the qualification requirements, the Commission shall decline such tender.

8.10. The Tender Guarantee does not meat the requirements under this Tender Dossier.

8.11. The tenderer does not meet the requirements of the article 7.6.

8.12. Tenderer’s Technical Offer does not comply with the Tender Dossier.

8.13. Tenderer lays down conditions that do not comply with the Tender Dossier.

8.14. Tenderer has offered groundless cheap price.

9. Rights of the Procurement Commission

9.1. The Commission has the right to amend the Tender Dossier in line with the Latvian Law on Public Procurement.

9.2. The Commission has the right to shift the deadline for submission of tenders by announcing it the same way as formerly announces the present procurement.

9.3. If the Commission has doubts regarding the authenticity of the submitted copy of a document, it shall request the Tenderer to submit the original of the document or a certified copy of the document.

9.4. The Commission has the right to bound together and thread through the submitted set of documents, if submitted unbounded, during the opening session in the presence of tenderers’ representatives. In this case the Commission does not bear any responsibility on the content of the document set.

9.5. The Commission is entitled to request tenderers to clarify the submitted information, if it is necessary for the consideration of the tender documentation, the compliance of tenders, as well as the evaluation and comparison of tenders. When requesting the clarification, the Commission sets the deadline for submission of the answer.

9.6. When evaluating the tenders, the Commission shall check them for arithmetical errors. If found such, the Commission shall correct them. The Commission shall inform the tenderer whose errors have been corrected about such corrections. The corrected sum shall be used for evaluation of the tender.

9.7. The Commission can ask a competent authority to explain certificates and documents submitted with a tender.

9.8. The Commission is entitled to invite experts for evaluation of tenders, however, conclusions of such experts are not binding for the Commission.

9.9. The Commission is entitled to prove a necessary information at a competent authority, public data bases and other public sources.

8

9.10. The Commission is entitled to perform any other activities in line with the Latvian legislation.

10. Duties of the Procurement Commission

10.1. The Commission shall provide for proceedings and documentation of the procurement procedure.

10.2. The Commission shall provide for free competition between tenderers with equal and just attitude towards them.

10.3. The Commission shall use the information contained in tenders for determining the results of the procurement and conclusion of the Service contract only.

10.4. In case a tenderer has timely applied for auxiliary information on the Tender Dossier, the Commission shall provide such no later than six days prior to the deadline for submission of tenders.

10.5. The Commission shall send amendments to the Tender Dossier and auxiliary information to all prospective tenderers and tenderers.

10.6. The Commission shall exchange and store information such way to provide for security of the data contained in tenders and to make the contents of tenders only available to the Customer after the deadline for submission of tenders. The Customer shall not inform prospective tenderers and tenderers on presence of other tenders prior to the opening session and on the procedure of evaluation of tenders prior to official announcing of the results.

10.7. The Commission shall perform any other activities required by the Latvia legislation.

11. Rights and obligations of tenderers

11.1. Tenderers may timely request additional information regarding the Tender Dossier in due time to enable the Procurement Commission to give answer six days before the deadline for submission of tenders.

11.2. Tenderers shall provide accurate, complete and true information.

11.3. Tenderers shall, upon the Commission’s request, present answers and specify information required for selection of tenderers, as well as check of relevance and evaluation of tenders.

11.4. In cases the Commission has obtained information under the provisions of article 9.9, the relevant tenderer is entitled to submit a certificate or other document on the fact in question, if the information obtained by the Commission might be argued.

11.5. Tenderer has a right to submit to the Procurement Monitoring Bureau complaints regarding the actions of the Commission with respect to the legality of the open tender procedure, if considering that the Customer or the Commission has not observed the requirements of regulations on procurement and in so doing has violated the law and interests of the submitter of the complaint.

11.6. After the procurement contract has been signed, the submitter of a complaint may appeal against decisions of the Customer to a court in accordance with the procedures prescribed by law.

11.7. Tenderer has other rights not stipulated in these Instructions to Tenderers, which do not contradict with legal acts in force.

12. Opening of tenders

12.1. All interested persons are entitled to take part in the opening session.

9

12.2. Tenders shall be opened in the sequence they have been submitted. The Commission shall open the submitted tender, and the Chairman shall read the key data from the volume “Original”: name of the tenderer, time of submission, offered price and other general characteristics.

12.3. Upon written request by a tenderer the Commission shall issue the protocol of the opening session to the tenderer.

13. Selection of tenderers and evaluation of tenders

13.1. The Commission shall select tenderers, check relevance of qualification, and evaluate the tenders in closed meeting.

13.2. The Commission shall select those tenderers, which comply to all requirements set with the Tender Dossier. In case a tenderer does meat a requirement, the Commission declines the tender.

13.3. Technical Offers shall be evaluated basing on the information presented by tenderers in accordance with annex 3 of the Tender Dossier “Technical Offer”, evaluating the presence of the components and/or assigning points for each component itemised in the Technical Offer (see annex 3 of the Tender Dossier “Technical Offer” for the items) as explained further in this paragraph. The items 1, 2, and 3 are informative, mandatory to be present, and the Technical Offer is declined in case they are absent. The items 1, 2, and 3 shall not be assigned points separately, because the essence of the same information is contained in six sub-items of the item 4, which shall be assigned points.

Evaluation of Technical Offer

No.

Item of Technical Offer Maximum point score

4. Technical approaches, methodologies and work plan

for accomplishment of assignments: 80

1. 4.1. I Task 10

2. 4.2. II Task 5

3. 4.3. III Task 15

4. 4.4. IV Task 25

5. 4.5. V Task 15

6. 4.6. VI Task 10

7. 5. Organisation of work 20

Total maximum point score: 100

13.4. When evaluating the financial tenders, the Commission shall check them for arithmetical errors and for groundlessly cheap price. The offered price shall be evaluated applying the following algorithm:

FN = Cx/Cyxl00, where FN – point score of the offerred price; Cx – the cheapest offered price among all tenders in EUR; Cy – the offered price of the tender under review in EUR.

13.5. The Commission shall only use the corrected sum for evaluation of tenders with arithmetical errors.

13.6. The criterion for awarding the Service contract is the commercially most advantageous tender.

13.7. The Commission shall choose that tender as the commercially most advantageous, which is assigned the highest point score under the present Tender Dossier.

10

13.8. The following formula shall be applied for the ultimate evaluation of tenders, defining the share of the Technical Offer as 60 % and the share of the offered price as 40 % of the total:

KN=0,6xTN+0,4xFN, where KN – ultimate point score of the tender, TN – average point score of the Technical Offer (sum of scores by each

member of the Commission divided by the number of the members), FN – point score of the offered price.

14. Notification of award and signing of Service Contract

14.1. Given that a justified reason arises, the Customer is entitled to terminate the procurement procedure in any moment.

14.2. The Commission shall decide on awarding the Service Contract to the tenderer, which correspond to all requirements under this Tender Dossier and whose tender is the most commercially advantageous.

14.3. In case the tenderer, which is awarded the Service Contract, refuses to sign the Contract, the Commission is entitled to terminate the procurement choosing no tender or choose the most but one commercially advantageous tender. In case the other tenderer also refuses to sign the Contract, the Commission shall terminate the procurement choosing no tender.

14.4. In case if no tenders are submitted, or the submitted tenders do not correspond to the requirements under the Tender Dossier, or the tenderers do not correspond to the qualification criteria, the Commission shall decide on termination of the procurement.

14.5. The Customer shall issue announcements about decision on conclusion of the Service Contract or termination of the procurement choosing no tender, to all tenderers within three days and to the Procurement Monitoring Bureau within 48 (forty eight) days.

14.6. The Contract shall be concluded not earlier than on the 11th (eleventh) day after the day when the notice about the procurement procedure results has been published on the Procurement Monitoring Bureau Internet site (www.iub.gov.lv) but not later than the end of the validity of the tenders.

14.7. The Contract shall be concluded on the basis of the successful tender in accordance with the Tender Dossier.

14.8. Given that a justified reason arises, the Customer is entitled to reduce the amount of the subject matter of the procurement.

14.9. The Service Contract shall be concluded in Latvian language.

11

[On headed notepaper]

Annex 1: Tender

To: Ministry of Transport of the Republic of Latvia, 3, GogoĜa Street, Riga, LV-1743

Tenderer: _________________________________________________________________

Reg. No __________________________________________________________________

Contact person of Tenderer ___________________________________________________

Address:___________________________________________________________________ Phone, fax, e-mail address: ________________________________________________ ____________ Date:

We offer to develop Mobility Plan and Action Program for Riga and Pieriga in accordance with the Regulations No SM 2009/07/ FM-KF-TP/01/02-01 on the price offered, VAT excluded:

The offered price in EUR, VAT excluded (in numerical and verbal

expression):___________________

Cost breakdown1

Task I %

Task II %

Task III %

Task IV %

Task V %

Task VI %

11

The indicative cost breakdown estimated by the customer for most efficient investment allocation to achieve the

target is the following:

Task I 15 %

Task II 5 %

Task III 30 %

Task IV 20 %

Task V 25 %

Task VI 5 %

In the case of considerable difference (each particular position exceeding 20% from the total cost of this

section) the difference in cost breakdown must be explained in the Paragraph 4 of the Technical offer (see Annex 3

"Technical Offer”)

12

We confirm that: 1) we are duly registered in accordance with the procedure specified by law; 2) we are not declared insolvent, our economic activities have not been suspended and

terminated, and no legal proceedings have been initiated for our bankruptcy; 3) we have no outstanding tax debts or mandatory state social insurance contributions; 4) no violations of our Professional conduct have been established over the last three

year period from the day of submission of the offer, according to the effective court judgement or a certificate issued by another competent authority regarding the violation of substantial regulatory enactments in the particular industry, as well as violation of environmental protection, competition and labour laws;

5) we have not been declared guilty by a court judgement as being involved in the criminal organisation, corruption, fraudulent financial activities or legalisation of means of criminal origin;

6) we have submitted truthful information for assessment of our qualification, no circumstances exist that would be in our favour in the particular procurement procedure, thus limiting fair competition;

7) information provided in the offer is true and precise, as well as that this offer contains such guarantee of the validity periods and the offer as requested by the approved regulations of the tender No SM 2009/07/ FM-KF-TP/01/02-01.

We agree with all requirements set under the Tender Dossier No.SM 2009/07/FM-KF-

TP/01/02-01.

Authorised person: (post, signature, name, surname, stamp)

13

Annex 2: Qualification

Tenderer: Procurement N SM 2009/07/ FM-KF-TP/01/02-01 The financial situation of the Tenderer

[Financial turnover of the Tenderer must be given, using the information from the audited financial statement. If no audited financial statement is available the planned financial turnover must be given.]

The name of Tenderer *

Financial turnover without VAT (EUR)

2006 2007 2008

Main participant of the consolidation of entities -*

Participant of the consolidation of entities – *

Total:

* give the name of the Tenderer in the first column of the table, appending or deleting the particular rows of the table depending on the number of the participants of the union of persons. If the offer is submitted by an individual participant, the name of Tenderer is given as the main participant, deleting the other rows of the table.

Qualification of the Tenderer

[Tenderer must give information on the contracts of similar kind and complexity implemented over the last 3 (three) years.]

No Name, place of the contract

Contract price (EUR,

VAT excluded)

Part of the contract executed by the Tenderer (%)

Description of contract works, time of execution (start and end date)

Customer, contact person, phone

The list of sub-contractors (all sub-contractors must be listed)

The part of service executed The name of sub-contractor

The name of part of service % from the offered price

Total (%):

Authorised person: ________________________________________________ (post, signature, name, surname, stamp)

14

Annex 3: Technical Offer

Tenderer:

Procurement No: SM 2009/07/ FM-KF-TP/01/02-01

Tenderer has to give description of methods used to accomplish the work, of software and technical options available, as well as of the quality assurance system. The organisational chart of performance of works has to be provided, indicating involved experts. Tenderer has to submit a programme for performance of work, indicating main activities, time schedule allocated for accomplishing of these, co-relation of certain activities, deadlines for submission of documents and reports, etc., demonstrating the conformity with deadlines for completion of works set by the draft contract. The layout of description is a free choice.

The technical offer must contain the following:

1. The presentation letter of the technical offer 2. Organisation and experience of the consultant

A Organisation of consultant’s work B Assignment related experience and recommendations of the consultant

3. Comments or recommendations regarding the work assignment of the project and guarantee

on the part of the Customer: A On the work assignment of the project B On the guarantee on the part of the Customer

4. Technical approaches, methodologies and work plan for accomplishment of assignments

All measures planned for each of six tasks of the Work plan (Tasks I – VI) separately (see Paragraph 2 of the Terms of reference “Work assignment”) must be laid out in a free format, providing extensive list of measures, contents of each measure, contractors (legal entities – tenderer (in the case of union of persons – all participants of the tenderer) – and its sub-contractors) and experts in accordance with the Paragraph 4 of the Terms of reference), length of performance and the man-days of involved experts, technical means and methodologies applied, respective costs breakdown by positions, correlation between measures, interim results within the framework of each task and the overall result of each task (including the approval of the Customer), and deadlines for submission of reports.

4.1. Task I. Critical analysis of infrastructure development level and documents, plans of carriers and managers of existing traffic infrastructure

4.2. Task II. More exact definition of RPMP transport system development vision and sub-objectives

4.3. Task III. Modelling of prospective traffic flows 4.4. Task IV. Elaboration of variants for development of transportation system for 12 – 15

year period 4.5. Task V. Development of recommended alternative 4.6. Task VI. Development of the action program

15

5. Organisation of work

In free format and as detailed as possible, using tables and time charts if necessary, the composition of the team of experts and allocation of tasks has to be described, which has to be consistent with the costs breakdown over the six Work assignments (I – VI Assignments), human resource schedule, indicating time to be spent in Latvia, total schedule of works (overall duration – 13 months) based on action plans for each task listed in the Paragraph 4, technical approach and methodology, demonstrating overall understanding of the implementation of the project assignment as such. This must include a list of reports and documents to be submitted.

6. CVs of proposed specialists

Authorised Person: _______ __________________________________ (post, signature, name, surname, stamp)

16

Annex 4: Curriculum vitae

Field of Expertise:

1. Family name: 2. First names: 3. Date of birth: 4. Nationality: 5. Contact information (e-mail, phone): 6. Education:

Institution [Date from - Date to]

Degree(s) or Diploma(s) obtained:

7. Language skills: Indicate competence on a scale of 1 to 5 (1 - excellent; 5 - basic)

Language Reading Speaking Writing

8. Membership of professional bodies: 9. Other skills (computer literacy, etc.): 10. Present position: 11. Years within the firm: 12. Key qualifications: 13. Professional experience:

Date from - Date to

Site Company Position Description

14. Other important information (publications etc.)

Information required for evaluation of each expert’s qualification should be contained in the relevant CV. If a CV does not

contain the information required for evaluation according to a criterion, it is considered that the expert does not possess the

qualification in question. CV should contain the direct phone number of each expert, which can be used by the Commission for

proving the language skills of the expert.

17

Annex 5: Terms of reference

DEVELOPMENT OF RIGA AND PIERIGA

MOBILITY PLAN AND ACTION PROGRAM

1. Service background

1.1. Short overview of the territorial development

The boundaries of the Riga and Pieriga territory more or less correspond to the boundaries of the Riga agglomeration territory (see Figure 1, that shows new administrative and residential area boundaries, effective as of 31.12.2008.). The agglomeration territory spans 6984 km2, with a total of 1069.7 thousand inhabitants in 2008 47% of the whole population of Latvia lives in the agglomeration, while 67% of that population inhabits the city of Riga.

The capital city status and the presence of a major seaport made Riga into an important transport and communication centre not only on the local, but also on the international scale; this determines the economic growth of the city to a major degree. The Riga agglomeration is a junction point of many significant transport arteries: European transport corridor – motorway E77, „VIA Baltica” – motorway E67 (north-south direction), European grade motorway E22 (west-east direction), preparations are underway for the construction of the “Rail Baltica” (Tallinn – Riga – Kaunas – Warsaw) railway line.

Riga is the largest city, population-wise, of all the Baltic states (717.4 thousands inhabitants in 2008), although, the population has shrunk by 25% since the year 1990 due to immigration and low birth rate. The city is divided by the river Daugava, with a perceivable lack of connections between the two banks. The existing bridge placement and its connection to the city streets allows for transit traffic flow to pass through the city centre.

Due to the increase in car ownership and changes in the work and residence place arrangements in Riga and Pieriga territories, the average trip duration and frequency have increased. A major part of business and residential areas, as well as retail, service amenities and cultural institutions, are located in the Riga historical centre (RVC). Due to the fact that this territory is a part of the UNESCO world heritage fund, the streets configuration can not be changed. This is one of the reasons for the development of major transport networks outside of the city centre, especially in regards to the road networks that will be used by the transit traffic.

1.2. Traffic infrastructure

The Pieriga territory has historically developed as a radial road and railway network with active traffic flow.

There are accesses from seven main roads in Riga. Sections of by -pass roads A4 and A5, which are mostly used by transit freight traffic, are heavily congested. Car traffic flow is directed through the streets and bridges of Riga city.

There are six railway lines connected to Riga, four of them are electrified. In the mentioned territory the only link between two banks of the Daugava river is the railway bridge in Riga.

18

19

In the Riga and Pieriga territory there are: the largest airport in the Baltic States – Airport “Riga” (RIX), a large Riga seaport that deals with passenger and freight haulage, as well as four smaller sea ports: in Mērsrags and in Skulte – mainly handling freight haulage, yachting and fishing, in Engure - yacht tourism and fishing, and Jurmala (Lielupe port) – yacht tourism, exclusively.

The fleet of light duty vehicles has almost doubled in 10 years, reaching 402 cars per 1000 inhabitants in 2008 (259 of which have successfully passed the technical examination), in Pieriga the showings are, respectively, 438 and 231.

The overall number of passenger trffic has declined during nineties of the 20 th century due to a combination of economical and social problems, although during the last three years the situation has stabilized.

Extensive road network construction and renovation projects have been implemented, although, due to the lack of financial support, the rate of implementation (including street network maintenance) does not adequately meet the necessary mobility requirements.

The following transportation services are available in the Riga and Pieriga territory:

Riga:

- trams: 11 tram routes on 8 radial lines with 3 transfer links, gauge – 1524

mm; there is a maximum of 93 trams working at the peak hour (with 252

carriages in the inventory);

- trolleybuses: 20 trolleybus routes; there is a maximum of 213 trolleybuses

working at the peak hour (with 318 carriages in the inventory);

- buses: 54 city bus routes (a total of 305 during peak hour) and 13 suburban

bus routes (488 buses in the inventory);

- route buses (minibuses): 9 companies with a rolling stock of 250-300

minibuses, spanning 40 routes;

- railway: suburban railway with 22 stations and stop points within the city

borders;

- individual transport (taxi and car vehicles).

The public transport carries out 60% of the passenger carriage in Riga, while the share

of the railway is no more than 5% of the public transport carriage. The number of passengers

carried by public transport during period from 1998 to 2002 has reduced to 4% , but since

2003 it has grown by 6% per year. There has been a steady growth in the use of the public

transport over the last four years.

The quality of the Riga public transport including the quality of the rolling stock and has greatly improved over the last years, although there still is a large number of obsolete or worn-out trams and trolleybuses.

• Pieriga territory is served by:

- busses – some 20%; - railway – some 65%; - minibuses - 15% of the suburban public transport freightage.

• International transportations are being serviced by:

20

- Riga International Bus Terminal (RSAO); - Central Riga Railway Station; - Airport „Riga”; - Riga Passenger Sea Terminal

Riga International Bus Terminal (RSAO), Central Riga Railway Station and Riga Passenger Sea Terminal are all located in the historical centre of Riga (RVC) within the walking distance of the old town (Vecrīgas). Airport „Riga” is located 13 km from the city center – the connection between the International airport “Riga” (“RIX”) and the city is ensured by city bus routes and airport shuttle busses.

There is insufficient level of pedestrian infrastructure development, with the lack of safe pedestrian crossings at major streets with intensive traffic flow; the walkways are not always of sufficient dimensions (especially in the old part of the city) to fully satisfy safety demands.

The bicycle network in the Riga and Pieriga territory is being developed exceptionally slow, with the existing cycling paths being fragmented and ill-maintained.

The following entities are responsible for the traffic infrastructure in the Riga and Pieriga territory:

• Ministry of Transport – formulation of the state transportation policy and management of its implementation,

• Municipalities – in accordance with the regulation “About municipalities” section 15, paragraphs 2 and 19, the municipalities (including Riga) are responsible for the maintenance of infrastructure within their territory – the construction of streets, roads and squares, reconstruction, maintenance and lightening, as well as public transport organization.

1.3. Main problems of the traffic infrastructure

1. Riga and Pieriga territory:

• there is a perceivable lack of a unified planning and management of the public transport, motorways and street networks, as well as an effective connection between the railways and other transport modes;

• transit haulage in regards to the city of Riga: - the capacity of the bypasses is not sufficient; - there are no railway bypasses;

• the registered numbered of road accidents is one of the highest in Europe;

• lack of a unified database in regard to haulage demand;

• transportation businesses are not working efficiently – the prime price for freight and passenger haulage is too high;

• lack of pedestrian and cycle routes that would satisfy the quality demand.

2. Riga city territory:

• lack of bridges between the two banks of the Daugava river and accesses to them causes additional traffic flow to the city centre;

• major Riga street network is fragmented;

• weaknesses in the existing organizational and legal framework not allowing effective development and management of integrated Public Transport system and the development of integrated framework of policies and measures required for the promotion of sustainable mobility;

21

• route organization of the public transport, including railway, is essentially radial;

• high level air pollution caused by road transport;

• lack of public transport segregated lanes resulting in PT vehicles being seriously affected by traffic congestion due to uncontrolled private vehicles traffic growth;

• existing traffic flow modelling possibilities in Riga are limited (car and freight transport flow – work days peak hours), the database is not being updated in a timely fashion, consequently, it is hard to identify and implement prudent solutions of the infrastructure expansion;

• due to lack of financial backing of new road construction projects and existing road maintenance, traffic flow congestion is a more acute problem, as well as the increase in road accidents and growing impact on the environment (air, sound pollution, climate changes);

• lack of feasible interchange point.

1.4. Existing policies, planning documents and projects

Applicants should take into account following documents:

Policy documents of national importance

Figure 1.4.1.

Name Year Provided by Purpose of the document

National Development Plan, 2007-2013

2006 MRDLC

To promote balanced and sustainable development of the country and provide growth of competitiveness of Latvia among other countries.

Guidelines of transport development, 2007.-2013.

2006 MT

To determine basic policy principles, development goals and priorities in the transport sector for years 2007 to 2013. To be amended in 2009.

Latvian Port development program, 2008 – 2013.

- MT

To achieve high level of development, expanding Latvian ports in accord with international standards, providing high value added services.

Road traffic safety program, 2007 – 2013

2007 MT

To determine the necessary measures, to reach the road traffic safety goal, number of fatalities in road traffic accidents should be reduced by 70% as compared to the year 2001. The intermediate goal, accordingly to EU – is to reduce fatalities by 50% up until 2010.

The state procurement concept on passenger carriage, 2007 - 2016.

2005 MT

To state a clear cut state policy with regard to state procurement for passenger carriage by rail for the forthcoming 10 years, including solution finding to the transport problems in Riga and Pieriga, since, due to the growing number of private cars, additional traffic congestion will be expected to occur on streets and bridges.

22

Riga City development documents

Figure 1.4.2.

Name Year Provided by

Purpose of the document

Riga Development Plan 2006-2018 (includes existing situation and perspective)

2005 RCC

Analysis and formulation of the traffic infrastructure development problems. Provides a justified and a detailed strategic structural street and public transport scheme. Provides input data for traffic flow modelling (traffic flow volume, movement matrixes) using EMME/2 – EMME/3 software for the analysis of daily peak hour traffic flow, using saturation flow for year 2018 for major infrastructure development variants. SIA “Rīgas ĂeoMetrs” is providing support for the EMME/2-EMME/3 software. Developed RCC traffic infrastructure development policy basics (street network, public transport, pedestrian, cyclist and parking systems development.

Riga long term development strategy till 2025.

2005 RCC

A comprehensive document, containing the vision of the City, defined interests, priorities and objectives of the City, basic principles for the territorial planning, as well as supervisory model for the strategy implementation.

Riga development program, 2006 – 2012

2005 RCC

Description of existing situation in Riga from the point of view of different sectors. Tasks, programs and projects have been listed, which correspond to the long term development strategy of the City to be fulfilled in order to promote social economic development.

Spatial plan of Riga, 2006 -2018.

2005 RCC Determines the land use policies in the City.

ENJOY: Environmental Joint Venture for a Better Mobility in Riga (Not approved)

2006 RCC

Recommendations for the implementation of segregated public transport lanes and unified park-and-ride systems developed in 2005/06. (Not approved)

Public transport development concept, 2005 – 2018.

2006 RCC

Identifies public transport development principles in the city of Riga and provides short-term and long-term objectives for its implementation.

23

Planning of the Pieriga territory

Figure 1.4.3.

Name Year Provided by Purpose of the document

Spatial Plan of the Riga region

2008 The Riga

region Council

Determines the land use policy in the Riga region.

Spatial plan of the Riga planning region

2007

Council of the Riga planning region

Determines spatial development directions and methods for the Riga planning region forthcoming 20 years.

Spatial plan of the Zemgale planning region for years 2006 – 2026.

2007

Council of the Zemgale

planning region

Determines spatial development directions of the Zemgale planning region.

Spatial plan of the Vidzeme planning region for years 2007 – 2027.

2007

Council of the Vidzeme

planning region

Determines spatial development directions of the Vidzeme planning region.

Spatial plan of the Kurzeme planning region for years 2006 – 2026.

2005

Council of the Kurzeme

planning region

Determines spatial development directions of the Kurzeme planning region.

Those documents, which have already been approved for use, include multiple measures for achieving a wide variety of goals and objectives, some of which have already been implemented, while others are still in the preliminary phase. Detailed information regarding the listed projects that are to be taken into account during the development of the Riga and Pieriga mobility plan can be found in the document titled „Rīgas un Pierīgas mobilitātes plāna izstrādes koncepcija”, that is available freely at: http://www.sam.gov.lv/images/modules/items/DOC/item_2083_Riga_Pieriga_mobilitates_koncepcija_15.01.2008.doc.

1.5. Basic principles of traffic infrastructure development

The following basic principles are listed in the Riga and Pieriga integrated transport system development planning documents:

1.5.1. The traffic infrastructure of Riga and Pieriga territory must be developed as a unified system giving priority to pedestrians, bicyclists and public transport flow, but in road carriage focusing on passenger carriage.

1.5.2. Transport flow modelling software should be used during the decision making process to ensure effective allocation of financial resources.

1.5.3. Public transport should be sustainable, cheap, safe, modern, economically sound and able to compete with personal transport.

1.5.4. To limit the impact on the environment and the air pollution levels, development of electric transportation modes should have priority over other modes.

24

1.5.5. To promote a gradual development of the routs of freight transport flows outside the Riga and Pieriga residential areas, focusing on the routes of the carriage of dangerous goods.

1.5.6. To promote the use of railway by passenger and freight haulage in the territory of Riga and Pieriga, developing a network with a bypass going around the Riga city centre.

1.5.7. To develop different modes of bus transportation.

1.5.8. To build up parking system complexes with P&R elements.

1.5.9. Riga port must be developed as a multifunctional port in order to become a modern regional passenger and freight haulage center. An effective link between the road/railway network and the port facilities should be developed.

1.5.10. Implementation of the air transport and airport development. International airport “Riga”, due to its geographical location, should develop international carriage in the direction of the East and the West, increasing number of direct and transit flights.

1.5.11. Fast and easy access to the International airport “Riga” should be ensured from both Riga city centre and other important regional Latvian centers.

1.5.12. To develop pedestrian and bicycle networks.

1.5.13. To develop a unified traffic control and intelligent transportation control systems; thus improving the effective use of available financial resources for the improvement of transportation situation in the territory of Riga and Pieriga.

2. Work Task

2.1. Objective and benefits

The objective of the Riga and Pieriga mobility and action plan (RPMP) is as following:

To determine necessary actions in order to promote unified traffic infrastructure development in Riga and Pieriga, thus improving accessibility of the territory.

Expected benefits of the RPMP implementation in the Riga and Pieriga territory are:

• Ensuring of a balanced, complex approach to the traffic infrastructure planning, development and investment.

• Expansion of the policy of city transport system development, approved by Riga City Council, and its integration with the policy of Pieriga development.

• Satisfaction of future mobility demands, on condition that negative impact on the environment will decrease.

2.2. Work structure

2.2.1. RPMP should include three perspectives:

• Long term (20-30 years – strategic perspective, conceptual level),

• Medium term (about 15 years – level of traffic flow survey),

• Short term (5 years – action plan).

25

2.2.2. The following important tasks should be addressed during the elaboration of the RPMP (in the territory figured in the Figure 1.):

• Critical analysis of the existing situation:

- Analysis of the spatial plans in force,

- Evaluation of development of the transport system and its compliance the demand,

- More exact definition of the problems of transport system development, maintenance, finance and management.

• More exact definition of RPMP transport system development vision and sub - objectives.

• Modelling of perspective traffic flows, by updating Riga City Council owned traffic flow model that is used with the EMME/2-EMME/3 software.

• Elaboration of several transport system alternatives for 12 to 15 years and selection of the most appropriate alternative.

• Detailed elaboration of the recommended alternative.

• Elaboration of 5 – year action plan for implementation of the recommended alternative.

2.2.3. RPMP must be developed in the economical, social, ecological and institutional dimensions.

2.2.4. RPMP should be developed with active and coordinated participation of the following entities:

• Multiple level territorial planners (state, Riga, Riga region and agglomeration municipalities),

• Important transportation enterprises, including passenger carriers

• Other interested entities (if necessary).

The consultant, preserving the overall work structure, can propose their own solution the tasks.

2.3. Detailed description of work task

Task I: Critical analysis of infrastructure development level and documents, plans of

carriers and managers of existing traffic infrastructure

Evaluation of the development of the transport network, service demand and relevance of available services, characterization of actual transport volume (dynamics over the last 5 years) and the transport impact on environment (including wasted natural resources, pollution amount evaluation, as well as the safety level evaluation of the traffic infrastructure), including:

1. Development of road and street networks:

1.1. evaluation of road network: the main statistical data, state of maintenance, development projects including new road infrastructure development projects;

1.2. analysis of the availability of public parking places, including analysis of the parking capacity, exploitation dynamics and public parking fees;

26

1.3. evaluation of the level of service (LOS) of roads and streets during peak hours on critical junctions and access points (using data available in the State stock company “Latvian State roads”, Traffic Department of Riga Council and other relevant sources). Suitable traffic flow modelling software like “S-Paramics” or “TRANSYS” or similar junction/network analysis software should be used.

1.4. capital investment net dynamics and its structure, including sources of financial support;

1.5. development of pedestrian roads and bikeways.

2. Passenger and freight transport development:

2.1. Evaluation of public transport organization in Riga and Pieriga (including taxies): operators, administration of transport, fixing the prices and encashing, financing and control of operators, including compensation structure;

2.2. Basic principles of evaluation of the public transport service providers – relationship between service demand in various city zones and provided public transport services, identification of specific shortcoming, characteristic of service quality (convenience, reliability, safety, speed and others) from the point of view of the passenger, connectivity (how hard is it to get from one point of Riga or Pieriga to the other, with transfers), service to important destination points that attract substantial passenger flow – railway station, airport, universities, hospitals, largest schools, shopping centres, sports or recreation facilities, as well as connectivity to new development centres. Evaluation of the passenger information system (route maps, schedules, transfer information, delay information etc.), any other similar considerations as per applicants opinion.

2.3. Evaluation of the performance of Riga Council Ltd “Rīgas Satiksme”: characteristics of the rolling stock (number, type, age, condition, planned investment), performance (routes, frequency), haulage (passengers, passenger km), management and financial status: costs of basic activities (per one transport unit, per passenger km), investments, pricing and revenues from the passenger fees and other important performance parameters (revenues from haulage with and without compensations);

2.4. Evaluation of private minibus companies operation: characteristics of the bus fleet (number, type, age, condition, planned investment), performance (routes, frequency), carriage of passengers (passengers, passenger km);

2.5. Evaluation of private bus and minibus companies operating between the Riga and Pieriga regions: characteristics of the bus fleet (number, type, age, condition, planned investment), performance (routes, frequency), carriage of passengers (passengers, passenger km), management and financial status: performance costs (per one transport unit, per passenger km), investments pricing and revenues from the passenger fees and other important work parameters (revenues from haulage with and without compensations);

2.6. Evaluation of the development of the railway network: the main statistical data, condition, development projects (review of railway projects, especially those providing transportation services in the Riga and Pieriga territory);

2.7. Evaluation of the railway passenger traffic: characteristics of the city and intercity rolling stock (number, type, age, condition, planned investment), performance (routes, frequency), carriage of passengers (passengers, passenger km), management and financial status: operating costs (per transport unit, per passenger km), investments, pricing and revenues from the passenger fees and other important operating parameters (revenues from carriage of passengers with and without compensations);

2.8. Organization of freight transport routes (transit, in Riga, in Pieriga, inter-modal logistic points etc.);

27

2.9. Analysis of existing and planned development of the Riga port and the international airport “Riga”.

3. Evaluation of the private car pool dynamics from the year 1990, as well as forecast based on “Riga Development plan2006-2018” and other relevant forecast studies, providing comparison with other EU countries.

4. Evaluation of existing passenger volume (passengers, passenger/km), structure and dynamics by mode of transport in Riga and Pieriga territory (automobile, city and intercity public transport – railway, tram, trolleybus, auto bus, minibuses).

5. Institutional and legal assessment of traffic flows and public transport control resources available in the Ministry of Transport and in municipalities.

Task II: More exact definition of RPMP transport system development vision and sub-

objectives

Based on the results of the critical analysis of Task I:

1. Approve or amend the guidelines for the development of the traffic infrastructure system in already approved planning documents concerning Riga and Pieriga territory (strategic perspective – 20-30 years).

2. Formulation of sub-objectives in the following aspects:

• Economical

• Social

• Environmental

• Institutional

3. Proposals stated in 1 and 2 are to be submitted for approval to the customer for.

28

Task III: Modelling of prospective traffic flows

1. For the purpose of expanding the available traffic flow modelling results (daily model, including public transport, for Riga and Pieriga territory) the following measure should be taken:

1.1. Expansion and updating of the EMME/2-EMME/3 database:

1.1.1. for modelling to use division in statistical zones accepted by EUROSTAT;

1.1.2. to ensure framework of public transport network with necessary characteristics of links (distances, speed, junction type etc.);

1.1.3. Evaluation of passenger flow structure applying surveys on major roads and railway stations (transit, entry exit from the city, share between public and private transport);

1.1.4. Population mobility matrix should be based on survey data from the most inhabited residential areas; as well as study carried out within the framework of „Spatial plan of Riga 2006-2018” should be taken into account for the purpose of determination of origin/destination matrix (with 90% mistake threshold, i.e. – the offset of the main data should not be more than 10%)

1.1.5. Passenger traffic volume split by mode of public transport, speed limits and other parameters should be determined for situation after RPMP implementation, including restructuring of the public transport network.

1.2. Various sources can be used for the purpose of model calibration using existing peak hour traffic flow such documents as State stock company„Latvian State Roads” data, Transport department of Riga City Council, various other projects and surveys.

1.3. The results of the modelling process should provide possibility to evaluate current traffic flow intensity by mode of transport and to compare it with other European cities with similar territorial agglomeration.

1.4. Freight traffic modelling:

1.4.1. transit in relation to cities, including port and railway related transit, as well as journey between the statistical zones that should be taken from the greater unified journey data;

1.4.2. For the purpose of determination of the freight traffic origin/destination matrix, special freight transport driver survey data should be used;

1.4.3. National development forecast should be used for freight traffic volume forecast.

1.5. Given the right justification, the applicants have the right to propose different traffic flow macro-modelling software instead of EMME/2-EMME/3 for the purpose of traffic flow modelling.

2. The applicant must ensure detailed traffic flow survey:

2.1. For Riga city streets – EMME/2-EMME/3 modelling, owned by City Development Department of Riga City Construction Board of Riga Council should be used in line with previously developed and implemented graphical framework of street network.

2.2. For Pieriga territories – the main, 1st and 2nd class roads – if the average annual

29

traffic flow intensity is higher than 3000 vehicles in both directions; residential areas with more than 10 thousands inhabitants – main streets.

2.3. For public transport – the 2.1. and 2.2. item must be supplemented with the railway network data.

Task IV: Elaboration of variants for development of transportation system for 12 – 15

year period

1. Taking into account the guidelines both from Task II and customer proposed development principles, forecast data for the development of the territory at hand, the following actions must be taken:

1.1. To develop and to discuss with the costumer, no less than three RPMP traffic infrastructure development alternatives (overlooking the basic variant – the one with the preserved existing infrastructures).

1.2. Based on the maximum allowed construction intensity mentioned in land use and construction related regulations of the Riga and Pieriga territory, a modelling survey must be carried out, that will identify the maximum capacity (residents and work places) of the statistical territory.

1.3. Prospective traffic flows must be modelled for the proposed alternatives, and according to applicants professional experience, necessary changes in the spatial planning documents must be evaluated.

2. Development alternatives should include proposal for the development of the integrated traffic infrastructure and transport service organization:

2.1. for roads, main streets and railway system;

2.2. for public transport (to achieve the level of 60% to 70% use of public transport in the Riga centre, 30% to 40% outside of the centre within the borders of the Riga city and a level of 20% outside of the city);

2.3. for light duty vehicles, including building of parking space and Park and Ride systems;

2.4. for freight transport, including railways;

2.5. for pedestrians, including the needs of people with constrained mobility, as well as bikeway network restructuring, to ensure their priority rights;

2.6. to consider the necessity of special mobility services for pupils of primary and elementary schools.

3. Management of the evaluation of developed alternatives strategic impact on the environment according to the regulation Nr.157 (23.03.2004) of Cabinet of Ministers. Extra care must be taken during the evaluation of the physical impact of the new infrastructure, as well as sound environment pollution and vehicle emission impact on the air quality, taking into account Latvian participation in the Kyoto protocol and sustainability development principles.

3.1. To carry out ex ante evaluation for the greenhouse effect and air pollution associated with the restructuring measures of the proposed transport system:

3.1.1. emission of the greenhouse gases;

3.1.2. NOx and benzol air pollution

3.2. To ensure the necessary air quality, air pollution aspects during the planning of the transport restructuring program.

30

4. Proposal for the development of road network serving the freight traffic (both vehicle and rail) of the Riga port must take into account the use of the Andrejosta and Krieva island territories.

5. Development of a public transport connection alternatives between the airport “Riga” and the main passenger attraction points.

6. Evaluation of necessary investments for the traffic infrastructure development for each alternative, including:

6.1. roads;

6.2. public transport (including the expansion and renovation of the rolling stock);

6.3. control of the traffic flow, implementation of intelligent transport and passenger information systems.

7. Development of financial model and evaluation of risks involved with in case of financial deficiency for each alternative.

8. Development of proposal for the planning and traffic infrastructure development interaction.

9. Development of public relations and communication strategy.

10. Development of measures to reduce the negative impact of the traffic flow.

11. To carry out comparative analysis for all alternatives, taking into consideration expanses and the main socio-economic parameters, including:

11.1. time spent on the road;

11.2. improvement of the environment due to decreased traffic flow.

12. The RPMP alternatives, along with the comparison results for decision making must be submitted to the customer.

Task V: Development of recommended alternative

1. Development of the recommended alternative, specifying the proposals for the development of the transport system:

1.1. determination of coherence for main actions for the development of the transport system for the 15 year perspective, dividing into consequent implementation periods;

1.2. determination of financial resources for every implementation period, by actions mentioned in Task V paragraphs 2 and 3, specifying those that need to be implemented during the 1st implementation period.

2. Proposals must be developed in all sectors of the transport system:

2.1. Measures for the implementation of the road network system:

2.1.1. improvement and development of infrastructure, to potentially relief centres of populated areas and residential areas from transit traffic flow (including freight traffic);

2.1.2. detailed description of Intelligent transport system (ITS ) and Transport Monitoring System (TMS) (hardware and software – comparison of existing European systems, impact on the mean speed of the personal and public transport, number of monitored junctions, and associated expanses);

2.1.3. development of the parking policy by the implementation periods, with the

31

proposal to develop the Park and Ride (P&R) parking system on a professional level of competence of the applicants. During the first implementation period the evaluation of the need for public parking in various areas, defining installation and exploitation costs, as well as a proposal for placement of P+R parking at the main transit points outside of the RVC.

2.1.4. expansion of the one way street system;

2.1.5. provision of free access for operational transport.

2.2. Measures for the implementation of public transport improvement, including railway:

2.2.1. identification of the role of each transport mode (railway, bus, trolleybus, tram) in the development of the public transport system and network, evaluating perspective volumes of transport;

2.2.2. ensuring of priority rights for public transport in junctions and street sections;

2.2.3. reorganization of public transport organization, management and performance, as well as the integration of railway transport into the Riga and Pieriga traffic infrastructure;

2.2.4. determination of the necessary number and capacity of all rolling stock of all transport modes according to the demand (renovation and supplementation of the rolling stock);

2.2.5. implementation of flexible passenger transport service;

2.2.6. implementation of passenger information system (PIS);

2.3. Improvement of the organization of the freight transport route scheme, including railways:

2.3.1. organization of the transit freight traffic routes that intersect residential areas and their relocation outside of the city centre and residential areas;

2.3.2. implementation of unified inter-modal management and logistic freight transport systems;

2.3.3. proposal for the development of freight transport parking space with the rest areas along the main roads.

2.4. Development of pedestrian road and bikeway network, restructuring of street network.

2.5. Development of the water transport, identification of its role in the overall policy and transport volumes:

2.5.1. implementation of ferry transportation across the Daugava river, thus reducing the traffic load on the Daugava bridges;

2.5.2. determination of freight transport development in Riga and Pieriga internal waters (including Daugava, Ėīšezers, Lielupe, Baltezers).

3. Evaluation of the impact on the environment, and identification of necessary measures for the improvement of the ecological situation.

4. For the first time period, subjects of the paragraphs 1 to 3 must be expanded with the following:

32

4.1. Identification of the priority traffic infrastructure improvement measures in the constrained financial situation, taking as a basis national economy financing alternatives (for example: optimistic, pessimistic and realistic).

4.2. Determination of activities for obtaining resources from transport services. Applicants should provide their own vision evaluating effectiveness of activities, comparing with practice in other large cities. These measures might be:

introduction of an access fee for the city centre;

introduction of access fees for bridges and streets.

4.3. Development off preconditions for commercial activities in passenger transit centres and development of the necessary infrastructure for such services (including private investment and PPP contracts). Each and every commercial use:

4.3.1. must conform to the guidelines in the "Spatial plan of Riga 2006-2018", paying special attention to those measures mentioned in paragraph 4.7.2.;

4.3.2. must adhere to the long term development strategy of the Riga city up to year 2025.

4.4. Calculation of investment and maintenance costs for the traffic infrastructure implementation and organization measures introduction during the first time period, evaluation of effectiveness of the transport system improvement measures.

4.5. Evaluation of the efficiency of new roads and streets construction and reconstruction projects, according to the detailed description in Task III, paragraph 2, those that are provided in particular projects (http://www.sam.gov.lv/images/modules/items/DOC/item_2083_Riga_Pieriga_mobilitates_koncepcija_15.01.2008.doc) as well as those solutions proposed in the RPMP.

4.6. Identification of necessary and available foreign investment (EU subsidy and loans).

4.7. For further improvement of the traffic infrastructure:

4.7.1. development of preliminary measures for the realization of a unified management (laws, other regulatory basis);

4.7.2. preparation of planning documents amendments.

4.8. Application of marketing and communication strategies recommendations, improving the use of public transport and its public image.

Task VI: Development of the action program

The action program for the development of the transport system must be developed for the 5 year perspective.

1. Designated measures must be implemented according to the national financial possibility versions, described in Task V, paragraph 4.1.

1.1. For infrastructure development:

1.1.1. for the roads and streets network, including P&R system development, new construction, reconstruction and maintenance;

1.1.2. for railway, including railway network, construction, reconstruction and maintenance;

1.1.3. for public transport, including supply, modernization and maintenance of the

33

rolling stock;

1.2. Development of management measures:

1.2.1. Intelligent Transport System (ITS), Transport Monitoring System (TMS), Passenger Information System (PIS) and other traffic flow management improvement systems;

1.2.2. development of a unified infrastructure management system in Riga and Pieriga territory, etc.;

2. Determination of total costs of the development of measures, included in paragraph 1.1. and 1.2.

3. SERVICE SUBMISSION DEADLINES

3.1. Planned service submission deadline is 13 month from the date of the service contract signing, however, no longer than 30th September 2010. Consultant must commence their work within two weeks of the signing of the contract.

3.2. Work result submission chart is listed in Figure 3.1.

34

Timetable for submission of deliverables Figure 3.1.

Notification Contents

Time (weeks from the beginning)

Inception Report

- Data and documentation review - Schedule of tasks - Schedule of experts - Surveys carried out - Preliminary findings - Proposals for consultation

2

1st Interim Report Completed Task 1 and 2. 7 Review of the 1st Interim Report 9

2nd Interim Report Completed Task 3 + insertion of required changes to the previous interim report

15

Review of the 2nd Interim Report 16

3rd Interim Report Completed Task 4 + insertion of required changes to the previous interim report

22

Review of the 3

rd Interim Report –

mutual signing of the act of deliverance 26

4th Interim Report Completed Task 5 + insertion of required changes to the previous interim report

32

Review of the 4th Interim Report 36

Final Report Draft: Developing Integrated Mobility Master Plan, presentation of Action Plan

Completed Task 6 + insertion of required changes to the previous interim report and, consequently, fulfilment of all objectives of the study

42

Review of the Final Report Draft 46

Final Report: Developing Integrated Mobility Master Plan

Final report following observations on draft final report by the Steering Committee.

52

Review of the Final Report – mutual

signing of the act of deliverance 56

4. Composition of the consultant group and necessary qualification

4.1. Composition of the consultant group

• team leader / transportation planner

• team coordinator in Latvia

• urban public transport specialist

• intercity public transportation specialist

• transport engineering specialist

• traffic modelling expert

• parking policy specialist

• ITS / PIS expert

• transport economist

• financial expert

• legal expert, specializing in public transport issues

35

• environmental expert

• marketing expert Any given expert, nominated by a consultant, can take on the responsibility of any other

expert in case his qualification is appropriate for the task at hand. In this case this person will be evaluated as an expert in each field of expertise separately.

Each and every expert can work in Latvia based on necessity, but during the course of project, at least one time, he/she must participate in the meeting with the contractor, presenting work results for the given period.

4.2. Individual expert qualification requirements and indicative contributions

The consultant team leader must be an engineer and/or transport economist. He/she must have a minimum of ten years experience in the field of transport network planning, including electrical rail systems. He/she must have experience leading at least one complex project in transport planning within the last seven years. Indicative estimated number of man-months: 6.0 Consultant team leader must be able to communicate without intermediaries with each and every expert from the team. Team coordinator in Latvia must be an engineer and/or transport economist with a qualification requirement of ten years of experience in the given field of constant work in Latvia. Latvia is to be the permanent place of engagement for the duration of the contract. He/she must have experience in the planning of transport networks and/or traffic organisation. He/she must have experience of leading at least one project within the last five years, which included following responsibilities: work coordination, compatibility of separate parts of the project and overall project content. A short description of the project contents and work organisation as well as the letter of reference from the client should be attached. Indicative estimated number of man-months: 10.0 Team coordinator in Latvia, for the entire duration of the work time associated with the project must be present in Latvia in a constant work place.

Team coordinator in Latvia must be able communicate in Latvian (in speech and in written form). He/she must be able to communicate with the consultant team leader without intermediaries. Urban public transport specialist must have a minimum of ten years experience of working in a public transport enterprise in a city comparable in size to Riga. Indicative estimated number of man-months: 5.0 Intercity public transportation specialist must have a minimum of five years experience of working in an intercity public transport enterprise in a region comparable in size to Riga agglomeration. Indicative estimated number of man-months: 2.0 Transport engineering specialist must have a minimum of five years of experience in the respect field (traffic management systems and traffic control), especially in regards to the urban scene. Indicative estimated number of man-months: 1.5 Traffic modelling expert must have a minimum of five years of experience working with four-tier traffic flow simulation software (macro-model development) in urban conditions. Indicative estimated number of man-months: 2.5

36

Parking policy specialist must have a minimum of five years experience working with parking policy management in cities comparable in size to Riga. Indicative estimated number of man-months: 1.5 ITS / PIS expert must have a minimum of five years experience working in this field. Indicative estimated number of man-months: 1.0 Transport economist must have a minimum of ten years experience working in the respected field. Indicative estimated number of man-months: 1.0 Financial expert should have at least 10 years experience in transport sector. Indicative estimated number of man-months: 0.75 Legal expert must have a minimum of ten years experience in the field of jurisprudence and law, including a minimum of three years in private/public partnership (PPP) issues in the field of transport. Indicative estimated number of man-months: 1.5 Environmental expert must have a minimum of five years experience in the field of assessment of the impacts on the environment,including strategic environmental impact assessment. Indicative estimated number of man-months: 1.5 Marketing expert must have a minimum of five years experience in the field of advertisement, marketing and communication, preferably in public transport sphere.

Indicative estimated number of man-months: 0.75 Total indicative number of man-months: 35

37

Annex 6: Tender Guarantee

[On letterhead paper of the financial institution providing the guarantee]

Tender title: “Development of Riga and Pieriga Mobility Plan and Action Program” Identification number: SM 2009/07/ FM-KF-TP/01/02-01 To: Ministry of Transport of the Republic of Latvia, Investment Department, 3 Gogola

Street, Riga, LV – 1743 Latvia, (hereinafter called “Customer”). The undersigned, ____________ [name of bank, address], hereby irrevocably declare that we will guarantee, not merely jointly and severally, but as principal debtor, to the Customer the payment of EUR 25 000,00 (twenty five thousand EUR), without dispute, on receipt of a first written request from the Customer stating occurrence one of the following condition or conditions:

1. ____________ [name and address of Tenderer] (hereinafter called “Tenderer”)

withdraws or invalidates its tender during the period of tender validity; or 2. If awarded the Contract the Tenderer fails to sign it during the period of tender validity. The guarantee shall enter into force and take effect from [deadline of submission of tenders]. This guarantee will remain in force 90 days from the deadline of submission of tenders and any demand in respect thereof should reach us not later than the above date. This guarantee shall be governed by the Latvian law and shall be subject to the jurisdiction of the Latvian courts.

Signature and Seal of the Bank _________________________________

_____________________

[name; position]

Date ______________________ Address ______________________

38

Annex 7: Pre-payment guarantee sample

Place, date:

Considering that <The name and address of the contractor> (further referred to as “Contractor”) has signed a contract No SM 2009/07/ FM-KF-TP/01/02-01 “Development of the Riga and Pieriga Mobility Plan and Action Program” with the Ministry of Transport of the Republic of Latvia, Registration Number 90000088687, address GogoĜa Street 3, Riga, LV-1743 (further referred to as “Customer”), dated <date>, and that the Contractor receives pre-payment from the total contractual amount,

we, <the name of guarantor, place and number of registration, legal address> (further – „Guarantor") issue this guarantee and undertake to pay Customer upon first written request without the need for justification of his request the amount not exceeding <the amount of

pre-payment in numerical and verbal expression> EUR.

The amount of guarantee can be decreased in accordance with the duly repaid share of the pre-payment.

We hereby confirm that Customer does not have to request the above amount from the Contractor before submitting the request to us.

We agree that any changes or amendments to the Contract between the Customer and Contractor of any kind do not relieve us from liability within the framework of this guarantee.

This guarantee is effective from the date of execution of pre-payment to the date when the Contractor has fully returned the pre-paid amount.

On behalf of the Guarantor: __________________________________ (post, signature, name, surname, stamp)

39

Annex 8: Draft contract

DRAFT SERVICE CONTRACT

ID No SM 2009/07/FM-KF-TP/01/02-01

Riga, ___________________, 2009 Ministry of Transport of the Republic of Latvia, <registered address, registration No>

represented by <name, surname of signatory person> (further – Customer), acting in accordance with the _______________, <Name of the Contractor, registered address, registration No> represented by <name,

surname of signatory person> (further – Contractor), acting in accordance with the _______________, Ministry of Finance of the Republic of Latvia, <registered address, registration No>

represented by <name, surname of signatory person> (further – Sponsor), acting in accordance with the _______________, (further in the text jointly and separately referred to as – Party/-ies), in accordance with the Decision (Minutes No ____) of the Procurement Commission No SM 2008/18/FM-KF-TP/01/02-01, dated ________, 2009, have signed the following contract:

1. Subject of the Contract

The Customer orders and the Contractor undertake to, in accordance with this contract and its annexes that are integral parts of the contract, and the submitted offer, to develop Mobility Plan and Action Program for Riga and Pieriga (further – Service).

2. The contract price and settlement of accounts

2.1. The contractual price of the Service will not exceed EUR ______(__euro, __euro cents), the value added tax (VAT) is applied in accordance with the existing legislation, the total contractual price of the Service is the sum of contractual price and VAT;

2.2. During the contract period the following payments are made – pre - payment, interim payment and final payment:

2.2.1. pre - payment, in the amount of 20 (twenty) per cent of total contractual price, is transferred to the Contractor within 30 (thirty) working days time from the effective date of the Contract against the pre-payment guarantee;

2.2.2. interim payment, in the amount of 70 (seventy) percent from the total contractual price net of the pre - payment (sub-paragraph 2.2.1 of the Contract) is transferred to the Contractor after the approval of interim reports No 1 – 3, according to the table 3.1 Timetable for submission of deliverables of the Terms of Reference (Annex 5 of the Regulations) after bilateral signment of the acceptance certificate;

2.2.3. final payment – the remaining share of the total contractual price is transferred to the Contractor after approval of the final report according to the table 3.1 Timetable for

submission of deliverables of the Terms of Reference (Annex 5 of the Regulations) after bilateral signment of the acceptance report.

2.3. After bilateral signement of the acceptance certificate and reception of the invoice, the Customer sends to the Sponsor the invoice, original of the acceptance certificate (and a certificate) (further – payment documents) within 10 (ten) working days. If the contractual

40

fine must be applied to the Contractor or if the contract is terminated, the Customer notifies the Sponsor thereof, by submitting a notice;

2.4. The Sponsor effects payments on grounds of payment documents submitted by the Customer;

2.5. The payment due to the Contractor is decreased by 0.5 (zero point five) percent from the payment due for performance of the particular assignment for each day of delayed submission of the accomplished task, but not exceeding 20 (twenty) percent from the total contractual price;

2.6. The Customer is entitled to charge the Sponsor with a contractual fine of 0.5 (zero point five) percent from the outstanding payment for each day of delay, but not exceeding 20 (twenty) percent from the total contractual price;

2.7. Payment of contractual fines under sub-paragraphs 2.8 and 2.9 does not relieve any of the Parties from fulfilment of its obligations and liability for additional losses, if such have occurred as a result of unlawful activities of the Party, and the guilt thereof is established and documentary evidenced;

2.8. All payments to the Contractor are effected within 30 (thirty) working days time from the moment when the Customer has received duly drawn payment documents. Payment for performance of Service is effected by the Sponsor via bank transfer to the bank account indicated by the Contractor;

2.9. Payment for the Service provided by the Contractor is executed from the financial means of the European Union Cohesion Fund Project No 2005/LV/16/C/PA/001 “Technical aid to the Cohesion Fund Focal Point in Latvia”.

3. Obligations and rights of the Parties

3.1. The Contractor has the rights:

3.1.1. to involve additional specialists in accordance with provisions of Section 7 of this Contract;

3.1.2. to rely completely on decisions and recommendations passed by the Customer;

3.1.3. to consult the contact person of the Customer on ambiguous issues at the moment of provision of the Service;

3.1.4. in providing the Service the Contractor is entitled to use public and reliable sources of information;

3.1.5. after submission of the accomplished task and bilateral sidnment of the acceptance certificate to receive payment for the work done according to the regulations of this Contract.

3.2. The Contractor has the rights: 3.2.1. to provide Service in accordance with this Contract, its annexes, the proposal

submitted and in accordance with legislation of the Republic of Latvia and the European Union;

3.2.2. to provide services in accordance with the table 3.1 Timetable for submission of

deliverables of the Terms of Reference (Annex 5 to the Regulations); 3.2.3. to ensure of the information obtained for provision of the Service in accordance with

legislation regulating the publicity of the information. During the contract period the Contractor is prohibited from using any written or oral information received from the Customer or third person, as well as tangible and intangible assets created, without prior written permission from the Customer for any purposes not concerned with provision of the Service, using it for commercial purposes, disclosing it for third persons, making it publicly available, copying it or performing any other activities not concerned with provision of the Service. In cases when the Contractor has received

41

permission of the Customer for the use of information, the Customer reserves the rights to withdraw such permission by giving timely notice to the Contractor;

3.2.4. upon request of the Customer not later than within three working days to provide oral or electronic information on progress of the Service provision progress;

3.2.5. in accordance with the table 3.1 Timetable for submission of deliverables of the Terms of Reference (Annex 5 of the Regulations) to eliminate all shortages identified by the Customer in the assignments submitted.

3.3. The Customer has the rights:

3.3.1. to request from the Contractor the information on progress of the Service provision; 3.3.2. not more than once per fortnight to ask the Contractor to provide information on the

course of Service provision in order to monitor the progress of Service provision and to agree on further actions, as well as to go through ambiguous issues;

3.3.3. not to approve the assignment submitted by the Contractor by refusing to sign the submitted acceptance report, if there are identified shortages in the assignment that need to be eliminated. This should be indicated by the Customer in writing;

3.3.4. if the submission of assignment is delayed for more than four weeks, the Customer has the right to unilaterally terminate the Contract, giving written notice to such effect to the Contractor. In this case no payment is effected for the delayed assignment;

3.3.5. to consider unilateral cancellation of the Contract if the amount of contractual fines charged to the Contractor has exceeded 10 % (ten percent) from the total contractual price;

3.3.6. if the Contractor fails to adhere to the schedule for submission of completed assignments, the Customer, after evaluation of the need for Service, can refuse to accept the Service and the Sponsor – to decline payment for the Service.

3.4. The Customer has the obligations: 3.4.1. to furnish the Contractor with all the information in his possession that is required for

provision of the Service and that is not contrary to legally established restrictions on the use of documents, as well as to the security requirements of particular areas upon the request of the Contractor and at his own discretion;

3.4.2. to provide oral or electronic information on the progress of Service provision upon the request of the Sponsor not later than within three working days ;

3.4.3. to refuse approval of the updated and repeatedly submitted completed assignment of the Contractor in accordance with the table 3.1 Timetable for submission of deliverables of the Terms of Reference (Annex 5 of the Regulations), by not signing the acceptance certificate, if all shortages previously identified by the Customer have not been eliminated;

3.4.4. to check the payment documents prior to submitting them to the Sponsor; 3.4.5. to update or correct payment documents within 10 (ten) working days upon the request

of the Sponsor. 3.5. The Sponsor has the rights:

3.5.1. to request from the Customer information on the progress of Service provision; 3.5.2. to notify the Customer if amendments must be done to the payment documents

received. The Customer makes sure that the Contractor effects the required amendments to the payment documents.

3.6. The Sponsor has the obligations:

3.6.1. to effect payment within 20 (twenty) working days time from the moment when duly drawn payment documents have been received;

3.6.2. to notify the Customer on the date of payment and the amount transferred to the Contractor.

3.7. The Contractor warrants that Service will be provided with due care, in a professional, skilful manner and in accordance with requirements listed in the Terms of Reference (Annex 5 of the Regulations);

42

3.8. The Contractor is obliged to eliminate without additional charge any inconformity within the warranty under Paragraph 3.5, if the Customer has submitted the Contractor a written notice on such inconformity within thirty days time from the day of signment of the acceptance certificate for completion of the assignment;

3.9. The Customer reserves all property rights to assignments after signment of the acceptance certificate. The Contractor reserves all property rights and other rights to all methodologies, processes, techniques, ideas, concepts, commercial secrets and know-how concerned with performance of the work;

3.10. Materials and copy-rights thereto created as a result of Service provision are the property of the Customer;

3.11. The Customer is entitled to amend, revise, dissect and publish materials submitted by the Contractor without permission of the Contractor, by indicating who and why has performed these activities;

3.12. If within the course of Service provision a material is created that can be considered as an object of the copyright, starting from moment of signment of the acceptance certificate the Contractor hands over to the Customer all material rights of the author regulated by Article 15 of the Copyright law and the Contractor is not entitled to any additional remuneration.

3.13. If gross oversight or wilfully malicious conduct of the Contractor, Contractor’s employees and / or representatives have caused losses to the Customer or Sponsor, the liability of the Contractor for compensation of losses does not exceed the amount of direct losses suffered by the Customer or the Sponsor as a result of provision of the Service. The compensation for losses is paid respectively to the Customer or the Sponsor.

3.14. The Parties fulfil their obligations with due care and enjoy their rights in good faith.

4. Contractual period and validity

4.1. The Contract enters into force at the moment, when the latter of the Parties has signed it.

4.2. Service is provided in accordance with the table 3.1 Timetable for submission of

deliverables of the Terms of Reference (Annex 5 of the Regulations), but not later by the September 30, 2010;

4.3. The Contract is into force by the complete fulfilment of obligations of the Parties, but, if no acceptance certificate is signed on the completion of Service by the December 1, 2010, the Contract is cancelled and the remaining contractual price is paid in accordance with provisions of the Sub-Paragraph 4.4.

4.4. The Customer can unilaterally terminate the Contract by giving a written notice to the Contractor if it is established that the Contractor by his activities has grossly violated and disobeyed provisions of legal enactments of the Republic of Latvia or of the European Union, or the provisions of this contract. The Customer has to pay for services provided by the Contractor if the latter can submit these in the format of completed assignment and the Customer approves these, by signing the acceptance certificate;

4.5. This contract can be terminated upon bilateral agreement of the Parties.

5. Procedure for approval of assignments

5.1. The assignment in the sense of this contract is considered to be the 3rd interim report and the Final report submitted in accordance with the table 3.1 Timetable for submission

of deliverables of the Terms or Reference (Annex 5 of the Regulations). The payment is effected in accordance with the procedure set by the Paragraph 2 of the Contract;

43

5.2. The assignment is submitted by the Contractor in the form of signed paper documents and electronically, by forwarding it to the electronic mail address given by the contact person of the Customer;

5.3. Along with the assignment the Contractor also submits signed by Contractor acceptance certificate. The acceptance certificate is submitted in three copies;

5.4. The Customer evaluates the assignment submitted by the Contractor. If the Customer approves the assignment submitted by the Contractor, the acceptance certificate is bilaterally signed;

5.5. If the Customer does not approve the assignment, Contractor receives a written justification for such refusal and in accordance with the table 3.1 Timetable for submission

of deliverables of the Terms of Reference (Annex 5 of the Regulations) requests elimination of shortcomings identified. In this case acceptance certificate is bilaterally signed after elimination of all shortcomings or incompliance identified;

5.6. The assignment is considered as submitted within the due deadlines if in accordance with the deadlines set by the table 3.1 Timetable for submission of deliverable of the Terms of Reference (Annex 5 of the Regulations) the acceptance certificate is bilaterally signed;

5.7. After bilaterally signment of acceptance certificate, the Contractor submits an invoice to the Customer;

5.8. If Contractor refuses to or is unable to eliminate shortcomings or incompliance identified by the Customer within four weeks time, the Customer has the right to implement provisions of the Paragraph 3.3.4 of this Contract.

6. Contact persons of the Parties

6.1. The contact person of the Customer for the period of this Contract is _________ (post) of the ___________ Division of the __________ Department __________ (name,

surname), phone______, fax_____, e-mail____;

6.2. The contact person of the Contractor for the period of this contract is _________ (post) __________ (name, surname), phone______, fax_____, e-mail____;

6.3. The contact person of the Sponsor for the period of this contract is _________ (post) of the ___________ Division of the __________ Department __________ (name, surname), phone______, fax_____, e-mail____;

6.4. The Party notifies the other Party on any changes in the information listed in the Sub-Paragraphs 6.1 and 6.2 of the Contract within one working day time.

7. The personnel involved in contract execution

7.1. The key personnel involved in the contract execution is considered to be the personnel included in the list of employees (Annex ___) submitted by the Contractor;

7.2. If necessary, the Contractor has a right to involve additional specialists, not included in the list of employees (Annex ___) submitted by the Contractor;

7.3. The employees listed in the Paragraph 7.1 of the Contract cannot be substituted without written agreement of the Customer;

7.4. If the Customer has agreed the involvement of the employee to replace the present employee, the qualification and experience of the new employee must be equal or better than the qualification and experience of the substituted employee;

7.5. The Contractor provides his personnel with equipment and support required for efficient execution of their duties.

44

8. Force majeure

8.1. The Parties are relieved from liability for non-fulfilment of the Contract if this is caused by force majeure circumstances that the contracting parties were not in the position to foresee, control or prevent, and which are not caused by any fault on the side of the contracting party. The Force Majeure circumstances are considered to be natural calamities, fires, war, civil commotion, riots, strikes, epidemics, embargo, restricted supply of electricity, governmental decision and other circumstances outside of the control of the contracting parties;

8.2. After the end of Force Majeure situation the Party suffering from the Force Majeure has to give immediate notice to the other Parties.

9. Closing provisions

9.1. Obligations and rights not covered by this Contract, are regulated in accordance with legislation of the Republic of Latvia;

9.2. Provisions of the Contract can be amended and/or supplemented by a written agreement of the Parties;

9.3. Should any of the contract provisions cease to be effective or is contrary to newly passed normative acts, this does not affect the validity of other provisions which, if necessary, have to be amended in accordance with the effective regulatory enactments so that all contractual obligations would be met;

9.4. All annexes, agreements, supplements and amendments to this Contract become an integral part of it after being signed by both Parties, and the Sponsor;

9.5. The arrangement of provisions over the sections with respective headings used in the Contract has just and only the meaning of reference and shall in no way be used or have effect on interpreting of the Contract provisions;

9.6. All disputes that arise between the Parties within the course of contract execution, unless the agreement is reached, as solved in accordance with the procedure specified by normative acts of the Republic of Latvia;

9.7. This contract is signed in the Latvian language on <number of pages> pages, in three copies with equal legal force, one of these is by the Customer, one – by the Contractor, and the third – by the Sponsor.

10. Requisites and signatures

CUSTOMER: CONTRACTOR:

_____________________________

/_______/ SPONSOR:

_____________________________

/_________/

_______________________________

/______/

45

Annex _. To the Contract of Service

SM 2009/07/FM-KF-TP/01/02-01

The key persons involved in the contract performance

No Name, surname Phone,

e-mail address

The tasks to be performed in provision of the service

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13.

Date

Customer

Contractor

(______) (_________)