INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

Size: px
Start display at page:

Download "INDIVIDUAL CONSULTANT PROCUREMENT NOTICE"

Transcription

1 INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 03 February 2014 Reference: LEB/CO IC/2/14 Country: Lebanon Description of the assignment: Procurement of Consultancy Services to establish quality standards and certification scheme for SWH sector in Lebanon - Reposted Project name: Global Solar Water Heating Market Transformation & Strengthening Initiative Period of assignment/services: Maximum 35 working days over the period of two months from contract signature date Proposals should be submitted to the below address no later than Monday, 10 February 2014 at 03:00 p.m. Beirut Local Time: Contact Person: Name of Office: Procurement Unit UNDP Lebanon Arab African International Bank Building Third Floor, Room # 310 Riad El Solh Street, Nejmeh, Beirut , Lebanon Telephone: Fax: procurement.lb@undp.org Any request for clarification must be sent in writing to the indicated above. The UNDP Procurement Unit will respond in writing by standard electronic mail and will send written copies of the response, including an explanation of the query without identifying the source of inquiry, to all consultants.

2 1. BACKGROUND The Global Solar Water Heating (GSWH) Market Transformation and Strengthening Initiative project, funded by the GEF and implemented by the United Nations Development Programme in partnership with the Ministry of Energy and Water, aims at accelerating market development of solar water heating in Lebanon. It targets the installation of 190,000 square meters of new installed collector area over the duration of the project, an annual sale of 50,000 m 2 reached by the end of the project, and with expected continuing growth to reach the set target of 1,050,000 m 2 of total installed SWH capacity by A vital part of a healthy market expansion is to create a mechanism able to guarantee good quality products and installations for the customers. This is achieved by establishing quality standards and certifications. The consultant will have three roles: a. Review an existing certification scheme covering both product quality and system installation quality. Even though the scheme has been published in its final form, there is room to create amendments were deemed necessary. b. In the 2 nd and 3 rd tasks the consultant will assess the Lebanese solar testing facility and its staff. He/She will then create a list/bidding document with the trainings/equipment that is needed for the facility to be able to completely implement the new certification scheme. c. The final deliverable is a method/tool to assess existing installations based on workmanship and observations. The tool will be based on a point grading system.

3 2. SCOPE OF WORK, RESPONSIBILITIES AND DESCRIPTION OF THE PROPOSED ANALYTICAL WORK The consultant is mandated to take over the following tasks: Task 1: Finalizing the draft of the certification scheme: In the effort to create an Arab and Regional Solar Water Heating (SWH) standard, the Regional Center for Renewable Energy and Energy Efficiency, RCREEE, developed SHAMCI, a certification scheme rule to be used by its member countries. The scope of this certification scheme covers, but is not necessarily limited to, the following items: - Solar thermal collectors as defined in the scope of ISO Solar water heating systems as defined in scopes of ISO and ISO Solar Thermal Collectors as in ISO Solar Systems Characteristics as in EN The consultant is required to review the SHAMCI documentation and assess its strength and its applicability in Lebanon. The document is available in English and Arabic, but it is preferred that the comments and changes are implemented on the English version. ( Once reviewed, the consultant should amend or provide suggestions to cater the certification scheme to the Lebanese context. The consultant should also propose an action plan/guidelines for the implementation of the certification scheme based on the national SWH market including awareness raising, capacity building, technical or legal requirements for a possible phased approach, mechanisms for better control of importing practices, etc. Task 2: Assessing the available testing facility: A testing facility for flat plate collectors has been constructed in Beirut, in the Industrial Research Institute, IRI. The consultant will assess the needs of the facility to be able to completely implement SHAMCI. The deliverable needed is a complete bidding document with a BOQ and a cost approximation summary. The documents will be used to fund or bid for the construction of the new parts of the facility. Task 3: Assessing the IRI staff capabilities to implement SHAMCI: Similarly, the consultant will meet with the staff responsible for the solar testing facility and assess their capabilities. He/She will then create a list of trainings and certifications that the team needs to obtain to be able to completely implement SHAMCI and run the projected facility. Approximate costs of these training and the profile of the staff that need training should be included. Task 4: Grading Method for Solar Water Heating Installations: This task requires that the consultant develops a grading system for SWH installations to assess the installations quality and create a benchmark for comparison between them. This task is independent of the SHAMCI certification but has the potential to be added to it at a later stage. In the near future Lebanon will have a SWH installers star rating evaluation system which is based on grades. The system developed in this task will compose one of the important grades used in the new evaluation method. For detailed information on expected outputs and deliverables, please Refer to Annex I Terms of Reference.

4 3. REQUIREMENTS FOR EXPERIENCE AND QUALIFICATIONS I. Academic Qualifications: II. Advanced Degree in engineering, preferably in Mechanical, Industrial, Energy, or solar energy related fields. Years of experience: Job experience of at least 10 years. It is highly preferred that the selected candidate has proven experience of conducting similar tasks such as participating in certifying committees, reviewing certification documents or schemes related to solar water heating. III. Competencies: Experience in solar water heating systems. Experience in certification schemes. Fluent English IV. Functional competencies: Ability to meet deadlines Demonstrates professional competence and masters SWH matters Focuses on result for the client and responds positively to feedback 4. DOCUMENTS TO BE INCLUDED WHEN SUBMITTING THE PROPOSALS. Interested individual consultants must submit the following documents/information to demonstrate their qualifications: (I). Technical Proposal: (i) Letter to UNDP Confirming Interest and Availability for the Individual Contractor (IC) Assignment (ii) Explaining why you are the most suitable for the work (iii) Provide a brief methodology on how you will approach and conduct the work (iv) Personal CV including past experience in similar projects and at least 3 references, mentioning the references s addresses.

5 5. FINANCIAL PROPOSAL Lump sum contracts The financial proposal shall specify a total lump sum amount, and payment terms around specific and measurable (qualitative and quantitative) deliverables. Payments are based upon output, i.e. upon delivery of the services specified in the TOR as follows: 20% of contract value paid upon satisfactory submission and approval of Deliverable 1: Guideline for implementation of SHAMCI, completely adapted to the Lebanese market and condition. The final version is required in English. Comments and recommendations from the consultant will be transferred to the SHAMCI body to be considered and may be implemented on the regional scale. 50% of contract value paid upon satisfactory submission and approval of Deliverables 2 and 3: Bidding document and BOQ for the completion of the solar water heater testing facility, with cost projection per item or group of items and the List of trainings and certifications that the testing facility staff needs to complete to be able to implement SHAMCI. 30% of contract value paid upon satisfactory submission and approval of Deliverable 4: Grading scheme for evaluating SWH installations In order to assist the requesting unit in the comparison of financial proposals, the financial proposal shall include a breakdown of this lump sum amount (covering travel, per diems, and number of anticipated working days, including the one five-day mission to Lebanon). The financial proposal shall be presented using the enclosed format of Appendix a - Annex III. Travel: All envisaged travel costs must be included in the financial proposal. This includes all travel to join duty station/repatriation travel. In general, UNDP should not accept travel costs exceeding those of an economy class ticket. Should the IC wish to travel on a higher class he/she should do so using their own resources. In the case of unforeseeable travel, payment of travel costs including tickets, lodging and terminal expenses should be agreed upon, between the respective business unit and Individual Consultant, prior to travel and will be reimbursed.

6 6. EVALUATION Individual consultants will be evaluated based on the following methodology: Cumulative analysis When using this weighted scoring method, the award of the contract should be made to the individual consultant whose offer has been evaluated and determined as: a) responsive/compliant/acceptable, and b) Having received the highest score out of a pre-determined set of weighted technical and financial criteria specific to the solicitation. * Technical Criteria weight; [70%] * Financial Criteria weight; [30%] Only candidates obtaining a minimum technical score of 70 points would be considered for the Financial Evaluation. Criteria Weight Max. Point Technical Competence 70% 100 Criteria A: Academic Qualification 15 Criteria B: Experience 25 Criteria C: Competencies 15 Criteria D: Methodology 45 Financial (Lower Offer/Offer*100) 30% 100 Total Score Technical Score * Financial Score * 0.3 Weak: below 70% Satisfactory: 70-75% Good: 76-85% Very Good: 86-95% Outstanding: % Weight per Technical Competence The individual consultant/contractor has demonstrated a WEAK capacity for the analyzed competence The individual consultant/contractor has demonstrated a SATISFACTORY capacity for the analyzed competence The individual consultant/contractor has demonstrated a GOOD capacity for the analyzed competence The individual consultant/contractor has demonstrated a VERY GOOD capacity for the analyzed competence The individual consultant/contractor has demonstrated an OUTSTANDING capacity for the analyzed competence.

7 ANNEXES ANNEX I - TERMS OF REFERENCE (TOR) ANNEX II - INDIVIDUAL CONSULTANT CONTRACT AND GENERAL TERMS AND CONDITIONS ANNEX III - OFFEROR S LETTER TO UNDP CONFIRMING INTEREST AND AVAILABILITY FOR THE INDIVIDUAL CONTRACTOR (IC) ASSIGNMENT