Background
Yemen is experiencing one of the world’s worst protracted political, humanitarian and development crises. More than 24 million people, 80% of the population, require some form of humanitarian aid and protection with the World Food Programme (WFP) currently feeding over 12 million people in Yemen.
The Port of Aden, under the Yemen Gulf of Aden Ports Corporation (YGAPC)1, is an essential port facility aiding commercial, humanitarian and recovery activities in Yemen. The Port serves as a major gateway, handling around 50% of the cargo entering Yemen, and receives some 35-40 ships per month carrying fuel, food, containers, construction materials and consumer goods. 90% of Yemen’s food is imported. The Port also handles small tonnages of export cargo. The proportion of Yemen’s cargo handled by the Port of Aden increased from 22.8% in 2015 to around 53% in 2021.
The increased vessel traffic at the Port of Aden has not been matched by improvements to the Port’s infrastructure or systems, and severe delays due to lack of berthing space and low handling rates were experienced by ships calling at the Port up to the end of 2020. Action is being taken by the Port, with United Nations Development Programme (UNDP) Yemen support, to replace or repair damaged infrastructure and to invest in digital systems to counter under-performance at this key national gateway port.
To provide evidence-based recommendations on interventions to improve the operational efficiency of the Port of Aden (and Port of Mukalla) and to help provide Yemenis with food and other essential commodities in a timely manner and at competitive prices, in November 2020 the UNDP conducted damage and capacity assessments of the Ports of Aden and Mukalla.
One of the conclusions from this assessment was that scrap materials in and around the port area should be removed. Wrecks, other obstructions and unseaworthy ships within Port limits have a negative impact on both the operational capacity and the reputation of the Port and have resulted in the pollution of harbour waters by oil and other contaminants when they sink. The objective of these TOR is:
- to describe the current situation with respect to wrecks and other obstructions in the harbour area, including details of the locations of these obstructions,
- to prepare detailed TOR for a consultant/expert in wreck assessment as part of a 3-Stage process leading to the removal of the wrecks.
Duties and Responsibilities
Scope of Work (Stage 1)
Background: Over many years, due to the impact of conflicts, and also to the inability of public and private owners to properly maintain their vessels, the number of wrecks and other obstructions lying within Aden Port Limits has increased.
The parties involved in the process of removing wrecks from the Port are:
- The vessel owners, responsible for keeping their ships in a safe/seaworthy condition;
- The Maritime Affairs Authority, responsible for combatting oil spills, dealing with wrecks in Yemeni waters, monitoring compliance with international and bi-lateral agreements;
- The Environmental Protection Agency, charged with protecting Yemen’s environment;
- YGAPC, responsible for port operations inside Port Limits, and acting as the primary point of contact for the consultant for this engagement.
The term ‘wrecks and other obstructions’ includes unseaworthy ships at anchor in the Port’s anchorage area, some of which have already sunk and others that are likely to sink if action is not taken to remove them.
In summary, the wrecks inside Port limits consist of unseaworthy vessels that are still afloat, vessels that have sunk or are aground in the Oil Harbour or anchorage area, and wrecks of older vessels and docks, particularly in the Fisheries Harbour area, that sank many years ago. Some of these vessels obstruct berths in the Fisheries Harbour, preventing the berths from being used.
The unseaworthy ships, in particular old tankers, that have either sunk recently or are still afloat in the harbour anchorage area present a particular risk to the port. If vessels sink in the anchorage area, they will have to be salvaged and removed. There is a high risk that when they sink oil will be released into harbour waters and be a threat to the shoreline and beaches. If they break their moorings, which is highly likely and is a cause of constant concern to the Port Officer/Harbour Master and his staff, then the ships could drift into or close to the approach channels to the inner harbour or Oil Harbour and sink. This could potentially block access to and from these harbours, which would have a major impact on the economy of Yemen.
The serious threats posed to the environment and Port operations by these old tankers has been highlighted recently in open-source articles, including: https://paxforpeace.nl/news/overview/leaking-ghost-tankers-pollution-in-the-port-of-adens https://www.al-monitor.com/originals/2022/08/leaking-tankers-threaten-health-livelihoods- along-yemens-coast
A video showing wrecks in the harbour is attached to these TOR.
The Port notes that it is far easier to remove an unseaworthy vessel while it is still afloat than to salvage and remove a vessel that has sunk.
Objectives of Consultancy
The objective of this consultancy is to deploy specific technical expertise to support the Maritime Affairs Authority (MAA), the Environmental Protection Agency (EPA) and YGAPC by conducting an above-water examination of the various wrecks and other obstructions lying within Aden Port Limits. This assignment relates to Stage 1 of a 3-stage approach to wreck removal at the Port of Aden. Stages 2 and 3 will be the subject matter of a separate TOR; and contracts but are explained in this TOR in order to provide the consultant with a clear understanding of the expected end result of this 3-stage process.
Stage 1 – Fact Finding:
An experienced consultant is required to conduct a fact-finding mission to the Port of Aden, to meet with vessel owners and senior representatives of the MAA, EPA, YGAPC and the Oil Harbour, including the Harbour Master/Port Officer, and carry out above-water inspections of wrecks in the harbour area to gather the data required to prepare detailed TOR for Stage 2.
During Stage 1 YGAPC will assist the consultant in arranging meetings and visiting wreck and vessel locations using land transport or boats provided by the owners or other interested parties. For the avoidance of doubt, Stage 1 requires the consultant to a) visit the Port of Aden and conduct a fact-finding mission, b) hold meetings with key organizations and staff in Aden to gather data,
c) carry out above-water inspections of visible wrecks, d) prepare detailed TOR for the work to be carried out in Stage 2, including a cost estimate/budget.
The consultant selected for Stage 1 must be able to demonstrate extensive experience in salvage methods and operations, diving skills and methods of combatting marine pollution.
It is important to mention that in accordance with UNDP Procurement rules, the selected consultant for Stage 1 is automatically barred from participating in any of the other stages of the process/competition.
Stage 2 – Preparation of an Action Plan for Wreck Removal:
Based on the TOR prepared in Stage 1, the Consultant for Stage 2 will prepare/deliver a wreck removal Action Plan covering, for each wreck:
- name and approximate dimensions of the wreck,
- current location,
- whether it is resting on the seabed or afloat,
- its orientation with respect to the seabed, i.e. upright, lying on its side etc.,
- year of sinking if applicable,
- its current condition,
- in the case of wrecks resting on the seabed, approximate depth of the lower steel section below the level of the seabed,
- specific data, or reported/estimated quantities, on any fuel, oil or hazardous materials in or on the wreck,
- photos where possible,
- recommended disposal method (self-propulsion/towing to scrap yard, cutting into sections etc.),
- estimate of the time required for the wreck or obstruction to be removed, and statement of particular issues or difficulties that might have to be overcome during the removal operation.
- budget estimate for removing the wreck and tonnage of recoverable scrap steel that could potentially be sold.
The Stage 2 consultant will deliver a detailed action plan explaining the proposed methodology for removing each wreck, including a list of equipment needed to perform the work, such as tugs, barges, floating crane(s), cutting equipment, mobile cranes etc. Equipment available in Aden will be listed, together with daily or hourly rates for hire. The consultant will prioritise the wrecks that should be removed or disposed of first, based on the level of threat they present to the port and its environment.
The Stage 2 Report will include measures and equipment required to protect the harbour from environmental damage while a wreck is being removed, and to remove any oil or other harmful substances from the wreck or obstruction before disposing of it. Equipment may include booms or other equipment needed to prevent the loss into the harbour environment of oil or other harmful substances, and materials and equipment needed to clean, contain or neutralize these substances.
The consultant selected to undertake Stage 2 will also work closely with the MAA, EPA, YGAPC senior management, the Harbour Master’s Office team, the YGAPC Technical Department, and take advice from the Port diving team.
Stage 3 – Wreck Removal:
Based on the Action Plan prepared in Stage 2, UNDP will prepare a Request for Proposals covering the removal of wrecks from Aden Harbour.
Specific Consultancy Deliverables/Expected outputs
The assignment is expected to be completed within 20 working days.
Key Deliverables | Time allocation | Approving Officer |
1.Inception report to be submitted after desk review and initial discussions with MAA, EPA, YGAPC and UNDP. The IR is expected to include the proposed approach, methodology, timeframe for the delivery of the whole assignment under Stage 1. This will be discussed and agreed by all stakeholders before the commencement of Site Visits. | 3 days | Team Leader |
2.Site visit to the Port of Aden to meet and work with the MAA, EPA, Port management, Harbour Master’s Office, Technical Department, the Port diving team and vessel owners to visit the wrecks and conduct an above-water assessment of these. | 10 days | |
| 3.Draft Final Report This is expected to be a comprehensive report, illustrated with photographs and any relevant diagrams, of the wrecks inspected by the consultant with his expert opinion on the likely method to be used for removing each wreck. | 3 days | |
4.Detailed TOR for Stage 2 including itemized budget estimates | 1 day | |
| 5.Final Consultancy Report The final report is expected to sufficiently incorporate and address all inputs/comments and resolutions by UNDP and all national stakeholders made in the draft report. All references contained in this version must be accurate and verifiable. | 3 days |
Annexes to the TOR: (can be explored via below links).
Annex I: Details of Wrecks in Aden Harbour Areas
Competencies
Corporate
- Demonstrates integrity and fairness, by modeling the UN/UNDP’s values and ethical standards;
- Displays cultural, gender, religion, race, nationality and age sensitivity and adaptability.
Functional
- Excellent analytical skills with ability to compile, analyse and interpret quantitative and qualitative data, prepare reports and draw conclusions and recommendations;
- Excellent technical writing and written communication skills, with analytic capacity and ability to synthesize relevant collected data and findings for the preparation of quality analysis for the project proposal;
- Strong knowledge of the Arab States region, including strong understanding of preferential trade agreements;
- Knowledge and understanding of gender equality issues in the region and gender lens of trade is desirable;
- Excellent oral and written communication skills to engage experts and liaising with external and internal stakeholders as appropriate;
- Ability to write clear and concise technical reports;
- Familiarity with the Agenda 2030 for Sustainable Development and the SDGs;
- Ability to the use of computers and office software packages and handling of web-based management systems;
- Ability to use a statistical software such as STATA, R or CGE modelling would be desirable;
- Builds strong relationships with clients, focuses on impact and result for the client and responds positively to feedback;
Leadership skills, with capacity to lead a team and ensure timely results;
- Good team player with the ability to maintain good relationships.
Leadership
- Demonstrated ability to think strategically and to provide credible leadership;
- Ability to conceptualize and convey strategic vision from the spectrum of development experience;
Managing Relationships
- Demonstrated ability to develop and maintain strategic partnerships;
- Demonstrated well developed people management and organizational management skills;
- Excellent negotiating and networking skills with strong partnerships in academia, technical organizations and as a recognized expert in the practice area.
Managing Complexity
- Ability to address global development issues;
- Demonstrated substantive leadership and ability to integrate knowledge with broader strategic, policy and operational objectives.
Knowledge Management and Learning
- Ability to strongly promote and build knowledge products;
- Seeks and applies knowledge, information and best practices from within and outside of UNDP;
- Demonstrates a strong capacity for innovation and creativity in providing policy advice and direction.
Judgment/Decision-Making
- Mature judgment and initiative;
- Proven ability to provide strategic direction to the project implementation process;
- Independent judgment and discretion in advising on handling major policy issues and challenges, uses diplomacy and tact to achieve result.
Required Skills and Experience
Expected Qualifications of the successful candidate
- At least a bachelor’s degree OR an acceptable professional qualification (such as Certificate of Competency as Chief Marine Engineer or Master Mariner) in Marine Technology, Oceanography or related fields is required.
- Professional diving experience will be an added advantage.
- Familiarity with the MENA region will be an added advantage.
- Previous experience with the UN or other international organizations will be an added advantage.
- Ability to speak and write English fluently is required and essential
- Ability to speak and write Arabic fluently is an asset.
- Knowledge/experience of current Yemen context is an asset.
INSTITUTIONAL ARRANGEMENTS
- The selected Consultant will work under the direct supervision of the UNDP Team Leader (POSU) in Yemen.
- All liaison with national stakeholders under this assignment will be facilitated by the UNDP Team Leader.
- All national stakeholders including UNDP will provide necessary institutional support and materials to the consultant to facilitate the effective delivery of the tasks above.
TRAVEL PLAN
If any travel outside the consultant home-based city is requested by UNDP , such travel shall be covered by UNDP in line with applicable rules and regulations and upon prior written agreement. In such cases, the consultant shall receive living allowances not exceeding the United Nations (UN) Daily Subsistence Allowance (DSA) rate for such other location(s).
- As per the TOR, a 10 days site visit to Aden port is required. Thus, the IC shall provide medical insurance coverage, in which the Financial Proposal shall be inclusive the medical insurance fees. If the contractor is selected, UNDP has the right to ask for proof of medical insurance coverage.
SCOPE OF PRICE PROPOSAL AND SCHEDULE OF PAYMENTS
Interested candidates should provide lump sum fees for requested services with detailed breakdown. This amount must be “all-inclusive”. Please note that the terms “all-inclusive” implies that all costs (professional fees, consumables, etc.) that could possibly be incurred are already factored into the final amounts submitted in the proposal. Also, please note that the contract price will be Deliverables/Outputs based - not fixed - subject to change in the cost components.
The contractor will be paid an all-inclusive Deliverables/Outputs based lump sum amounts over the assignment period, subject to the submission of Certification of Payment (CoP) duly certified or an invoice and confirmation of satisfactory performance of achieved work (deliverables/outputs) in line with the schedule of payments table hereunder:
Milestone for payment Percentage | |
Inception report | 20% |
Draft Report | 40% |
Final Consultancy Report | 40% |
APPLICATION PROCESS
Candidates that fail to submit these documents, the application will not be considered.
- Personal CV or P11: indicating all past experience from similar projects, as well as the contact details (email and telephone number) of the Candidate and at least three (3) professional references;
- Technical Proposal: Outlining the methodology and overall understating of the assignment’s content and scope of work required to achieve desired outcomes;
- Duly accomplished Letter of Confirmation of Interest and Availability using the template provided by UNDP;
- Financial Proposal ( * ) When the financial proposal is requested it should indicates the all-inclusive Deliverables/Outputs based total contract price, supported by a breakdown of costs, as per template provided. The terms “all-inclusive” implies that all costs (professional fees, travel costs, living allowances, communications, consumables, etc.) that could possibly be incurred are already factored into the final amounts submitted in the proposal. If an Offeror is employed by an organization/company/institution, and he/she expects his/her employer to charge a management fee in the process of releasing him/her to UNDP under Reimbursable Loan Agreement (RLA), the Offeror must indicate at this point, and ensure that all such costs are duly incorporated in the financial proposal submitted to UNDP.
* Please do not submit financial proposal in this stage. Financial proposal shall be requested from Candidates who are considered technically responsive.
The proposals will be assessed using Cumulative Analysis Method - technical proposal (70%) and financial proposal (30%). Only Individual Consultants obtaining a minimum of 49 points on the Technical Evaluation would be considered for the Financial Evaluation.
Evaluation of Technical Proposals (total score: 70 points)
Evaluation Criteria | Max scores obtainable: 70 |
General adherence to the Terms of Reference (ToR) | 10 |
| Proposed methodology, approach, and workplan (relevance, logic, rigor, practicality, creativity, realism of work plan etc). Particular attention will be given to clarity and relevance of the proposed methodology to the local context and how methodology leads to the achievement of the deliverables as stated in the ToR. (Section 4 above). | 40 |
Technical capacity of the applicant: relevant qualifications, professional competencies, relevant experience, and skills as per the ToR. | 20 |
Total | 70 points |
Interested candidates can find TOR Annexes, P11, Letter of Confirmation of Interest and Availability and Financial proposal templates on the following link: https://procurement-notices.undp.org/view_notice.cfm?notice_id=96757.
Interested candidates shall submit required documents to Job Advertisement Website (https://jobs.undp.org/cj_view_jobs.cfm) as one document (without finanical proposal) not later than above mentioned deadline.