REQUEST FOR PROPOSAL (RFP) From National firms/institutes/organizations

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL (RFP) From National firms/institutes/organizations"

Transcription

1 REQUEST FOR PROPOSAL (RFP) From National firms/institutes/organizations Dear Sir / Madam: We kindly request you to submit your Proposal for implementation of Project Impact Evaluation (Ref. RFP-N ) Please be guided by the form attached hereto as Annex 2 (a-b-c), in preparing your Proposal. Proposals may be submitted on or before Sunday, May 20, 2018 (Hanoi time) by the following methods: By For green environment, this is preferred submission method address for proposal submission: nguyen.thuy.nga@undp.org Separate s for technical and financial proposal. With subject: (Ref. RFP-N ) RFP for implementation of Project Impact Evaluation ( ... of... s) Maximum size per 7 MB. Bidders can split proposal into several s if the file size is large) By hard copy: (within working hours only) Proposals should be addressed to: Ms. Nguyen Thuy Nga Procurement Executive UNDP Vietnam 304 Kim Ma, Hanoi Tel: Technical and Financial Proposals are to be submitted in separate envelop. With envelop/ subject: (Ref. RFP-N ) RFP for implementation of Project Impact Evaluation (Envelop... of... envelops) Note: - For both submission methods, please send separate (without attachment) to procurement.vn@undp.org notifying that you already submitted proposal and the number of submitted (in case submitted by ). Notification s should be sent to above address by submission deadline or right after you submit proposals). - UNDP will acknowledge receipt of the proposals within 3 working days from the submission deadline. In case you do not receive acknowledgement, please contact us within 5 working days after submission deadline. Your Proposal must be expressed in the English language, and valid for a minimum period of 120 days from the date of bid submission. 1

2 In the course of preparing your Proposal, it shall remain your responsibility to ensure that it reaches the address above on or before the deadline. Proposals that are received by UNDP after the deadline indicated above, for whatever reason, shall not be considered for evaluation. If you are submitting your Proposal by , kindly ensure that they are signed and in the.pdf format, and free from any virus or corrupted files. Services proposed shall be reviewed and evaluated based on completeness and compliance of the Proposal and responsiveness with the requirements of the RFP and all other annexes providing details of UNDP requirements. The Proposal that complies with all of the requirements, meets all the evaluation criteria and offers the best value for money shall be selected and awarded the contract. Any offer that does not meet the requirements shall be rejected. Any discrepancy between the unit price and the total price shall be re-computed by UNDP, and the unit price shall prevail and the total price shall be corrected. If the Service Provider does not accept the final price based on UNDP s re-computation and correction of errors, its Proposal will be rejected. No price variation due to escalation, inflation, fluctuation in exchange rates, or any other market factors shall be accepted by UNDP after it has received the Proposal. At the time of Award of Contract or Purchase Order, UNDP reserves the right to vary (increase or decrease) the quantity of services and/or goods, by up to a maximum twenty five per cent (25%) of the total offer, without any change in the unit price or other terms and conditions. Any Contract or Purchase Order that will be issued as a result of this RFP shall be subject to the General Terms and Conditions attached hereto. The mere act of submission of a Proposal implies that the Service Provider accepts without question the General Terms and Conditions of UNDP, herein attached as Annex 3. Please be advised that UNDP is not bound to accept any Proposal, nor award a contract or Purchase Order, nor be responsible for any costs associated with a Service Providers preparation and submission of a Proposal, regardless of the outcome or the manner of conducting the selection process. UNDP s vendor protest procedure is intended to afford an opportunity to appeal for persons or firms not awarded a Purchase Order or Contract in a competitive procurement process. In the event that you believe you have not been fairly treated, you can find detailed information about vendor protest procedures in the following link: UNDP encourages every prospective Service Provider to prevent and avoid conflicts of interest, by disclosing to UNDP if you, or any of your affiliates or personnel, were involved in the preparation of the requirements, design, cost estimates, and other information used in this RFP. UNDP implements a zero tolerance on fraud and other proscribed practices, and is committed to preventing, identifying and addressing all such acts and practices against UNDP, as well as third parties involved in UNDP activities. UNDP expects its Service Providers to adhere to the UN Supplier Code of Conduct found in this link : Thank you and we look forward to receiving your Proposal. 2

3 Annex 1 Description of Requirements Context of the Please see information in the TOR Requirement Implementing Partner of Please see information in the TOR UNDP Brief Description of the implementation of Project Impact Evaluation Required Services List and Description of Expected Outputs to be Please see information in the TOR Delivered Person to Supervise the See information in the TOR Work/Performance of the Service Provider Frequency of Reporting Please refer to the TOR Progress Reporting Please refer to the TOR Requirements Location of work Exact Address: At Contractor s Location and provinces Expected duration of 90 days spread between June 2018 and October 2020 work Target start date June 2018 Latest completion date October 2020 Travels Expected Please refer to the TOR Special Security Requirements Facilities to be Provided by UNDP (i.e., must be excluded from Price Proposal) Implementation Schedule indicating breakdown and timing of activities/sub-activities Names and curriculum vitae of individuals who will be involved in completing the services Currency of Proposal Value Added Tax on Price Proposal Not applicable Office space and facilities Land Transportation Others [pls. specify] Required Not Required Required Not Required United States Dollars Euro Local Currency (Vietnam Dong) For the purposes of comparison of all Proposals: UNDP will convert the currency quoted in the Proposal into the UNDP preferred currency, in accordance with the prevailing UN operational rate of exchange on the proposal submission deadline. must be inclusive of VAT and other applicable indirect taxes must be exclusive of VAT and other applicable indirect taxes 3

4 Validity Period of Proposals (Counting for the last day of submission of quotes) Partial Quotes Payment Terms 120 days In exceptional circumstances, UNDP may request the Proposer to extend the validity of the Proposal beyond what has been initially indicated in this RFP. The Proposal shall then confirm the extension in writing, without any modification whatsoever on the Proposal. Not permitted Permitted As indicated in the TOR. Person(s) to review/inspect/ approve outputs/completed services and authorize the disbursement of payment Type of Contract to be Signed Criteria for Contract Award Criteria for the Assessment of Proposal Programme Management Specialist, UNDP Vietnam Contract for Goods and/or Services Highest Combined Score (based on the 70% technical offer and 30% price weight distribution) Full acceptance of the UNDP Contract General Terms and Conditions (GTC). This is a mandatory criteria and cannot be deleted regardless of the nature of services required. Non acceptance of the GTC may be grounds for the rejection of the Proposal. Proposal shall be considered technically qualified if it achieves minimum 70% of total obtainable technical points. Weight of technical and financial point: Technical Proposal (70%) Financial Proposal (30%) Financial score will be computed as a ratio of the Proposal s offer to the lowest price among the proposals received by UNDP. See detailed evaluation criteria in the below table. UNDP will award the contract to: Annexes to this RFP One bidder Form for Submission of Proposal (Annex 2a: Technical proposal; Annex 2b: Financial proposal; Annex 2-c: Submission check-list) Detailed TOR (Annex 3) Contract for Goods and /or Services with General Terms and Conditions (Annex 4) 4

5 Site visit Participation by Bidders to the Site Visit is strongly recommended Contact Person for Inquiries (Written inquiries only) 1 Notification of selection result: Other information n/a Ms. Nguyen Thuy Nga Procurement Executive UNDP Vietnam 304 Kim Ma, Hanoi Tel: Any delay in UNDP s response shall be not used as a reason for extending the deadline for submission, unless UNDP determines that such an extension is necessary and communicates a new deadline to the Proposers. UNDP will contact only successful bidder for contracting 1 This contact person and address is officially designated by UNDP. If inquiries are sent to other person/s or address/es, even if they are UNDP staff, UNDP shall have no obligation to respond nor can UNDP confirm that the query was received. 5

6 EVALUATION CRITERIA: # Evaluation criteria Max. points Form 1 Qualifications of the Service Provider 1 Profile describing the nature of business, field of expertise, licenses, 100 certifications, accreditations; 2 The institution must have a demonstrable track-record in designing and carrying out similar scope of household surveys; 200 Form 2 Proposed Methodology for the Completion of Services A preliminary approach to the baseline survey including the sampling 200 methodology, proposed sample size, types of questions to be included in the survey, etc. Form 3 Qualifications of Key Personnel : A team with at least 05 positions to be assigned to implement the tasks Coordinator Advanced degree in Environment, Economics or related field. 1 At least five years relevant experience in large quantitative survey 100 implementation and analysis, experience in household data collection and analysis required, ability to coordinate teams and ensure timely reporting 2 An expert in Sample Design Advanced degree in Statistics or Economics / Econometrics. At least five years of experience in the design of samples for 100 household surveys required with experience in power calculation 3 Field supervisor(s) Appropriate number of Field Supervisors should be presented in the bidding proposal and they should be chosen based on the 100 firm s best practices. Some degree of knowledge of local languages is expected at least from a sufficient number of the supervisors. At least two years of experience in conducting or managing household surveys is required 4 Survey enumerators Appropriate number of Enumerators should be presented in the bidding proposal and they should be proficient in local 100 language. Preference should be given to candidates with experience in quantitative data collection in the rural areas of Vietnam, namely on the themes of the questionnaire 5 Data entry officer(s) Appropriate number of Data entry officer (s) should be presented in the bidding proposal and preference should be given to 100 candidates with experience in quantitative data entry and/or previous experience in survey work TOTAL

7 Annex 2-a FORM FOR SUBMITTING SERVICE PROVIDER S TECHNICAL PROPOSAL 2 (This Form must be submitted only using the Service Provider s Official Letterhead/Stationery 3 ) [insert: Location]. [insert: Date] To: Procurement Unit - UNDP Vietnam Dear Sir/Madam: We, the undersigned, hereby offer to render the following services to UNDP in conformity with the requirements defined in the RFP dated [specify date], and all of its attachments, as well as the provisions of the UNDP General Contract Terms and Conditions: A. Qualifications of the Service Provider The Service Provider must describe and explain how and why they are the best entity that can deliver the requirements of UNDP by indicating among others the following with appropriate supporting documents: a) Profile describing the nature of business, field of expertise, licenses, certifications, accreditations; b) Business Licenses Registration Papers, Tax Payment Certification, etc. c) Track Record list of clients for similar services as those required by UNDP, indicating description of contract scope, contract duration, contract value, contact references Client Contract value Duration of activity Services/goods provided References contact (name, phone, ) d) Written Self-Declaration that the company is not in the UN Security Council 1267/1989 List, UN Procurement Division List or Other UN Ineligibility List. (Note: Please refer to Form 1 Evaluation criteria for providing appropriate information and supporting documents to demonstrate the bidders capacity) B. Proposed Methodology for the Completion of Services The Service Provider must propose a preliminary approach to the baseline survey including the sampling methodology, proposed sample size, types of questions to be included in the survey, etc. 2 This serves as a guide to the Service Provider in preparing the Proposal. 3 Official Letterhead/Stationery must indicate contact details addresses, , phone and fax numbers for verification purposes 7

8 (Note: Please refer to Form 2 Evaluation criteria for UNDP requirements when preparing this section) C. Qualifications of Key Personnel The Service Provider must provide: a) Names and qualifications of the key personnel that will perform the services indicating who is Team Leader, who are supporting, etc.; b) CVs demonstrating qualifications must be submitted if required by the RFP (Note: Please refer to Form 3 Evaluation criteria for UNDP requirements when preparing this section) We agree to abide by this Proposal for 120 days from the date of proposal submission deadline. [Name and Signature of the Service Provider s Authorized Person][Designation] [Date] 8

9 FORM FOR SUBMITTING SERVICE PROVIDER S FINANCIAL PROPOSAL 4 Annex 2-b (This Form must be submitted only using the Service Provider s Official Letterhead/Stationery 5 ) The Proposer is required to prepare the Financial Proposal in an envelope separate from the rest of the RFP as indicated in the Instruction to Proposers. The Financial Proposal must provide a detailed cost breakdown. Provide separate figures for each functional grouping or category. Any estimates for cost-reimbursable items should be listed separately. In case of an equipment component to the service provider, the Price Schedule should include figures for both purchase and lease/rent options. UNDP reserves the option to either lease/rent or purchase outright the equipment through the Contractor. The format shown on the following pages is suggested for use as a guide in preparing the Financial Proposal. The format includes specific expenditures, which may or may not be required or applicable but are indicated to serve as examples. A. Cost Breakdown per Deliverable* Deliverables [list them as referred to in the RFP] 1 Deliverable 1 2 Deliverable 2 3. Applicable taxes Total 100% Percentage of Total Price (Weight for payment) Price (Lump Sum, All Inclusive) B. Cost Breakdown by Cost Component [This is only an Example]: Description of Activity I. Personnel Services 1. Services from Home Office a. Expertise 1 b. Expertise 2 2. Services from Field Offices a. Expertise 1 b. Expertise 2 Remuneration per Unit of Time Total Period of Engagement No. of Personnel Total Rate 4 This serves as a guide to the Service Provider in preparing the Proposal. 5 Official Letterhead/Stationery must indicate contact details addresses, , phone and fax numbers for verification purposes 9

10 II. Out of Pocket Expenses 1. Travel Costs 2. Daily Allowance 3. Communications 4. Reproduction 5. Equipment Lease 6. Others III. Other Related Costs Applicable taxes We agree to abide by this Proposal for 120 days from the date of proposal submission deadline. [Name and Signature of the Service Provider s Authorized Person] [Designation] [Date] 10

11 CHECK LIST OF DOCUMENTS SUBMITTED BY BIDDERS Annex 2-c Note: Bidders are required to review carefully this checklist before submitting proposal to ensure complete submission. Maximum size: 07 MB/ . Bidders can split proposal into several s if the file size is large Technical and Financial Proposals are to be submitted in separate envelop/ by Sunday, May 20, and proposal should indicate clearly the name of tender. Item Documents To be completed by bidders 1 Fully filled Technical proposal (pls. refer to template in Annex 2-a) with copies/scan of all supporting documents 2 Dully signed Price Schedule (pls. Refer to template in Annex 2-b) Doc submitted Y/N Number of pages Remarks 3 This duly filled, checked, certified submission checklist to be attached to the submission 4 Send (without attachment) to procurement.vn@undp.org notifying that you already submitted proposal and the number of /envelop submitted. Notification s should be sent to above address by submission deadline or right after you submit proposals (either by or hard copy). [Name and Signature of the Service Provider s Authorized Person] [Designation] [Date] 11

12 Annex 3 TERMS OF REFERENCE I. GENERAL INFORMATION Services Required Project Impact Evaluation Project/Program Title Improving the resilience of vulnerable coastal communities to climate change related impacts in Viet Nam Post Title Consultant firm for the implementation of Project Impact Evaluation Type of Contract Firm, lumpsum contract Duty Station Hanoi, with potential field travel Duration 90 days spread between June 2018 and October 2020 Report to UNDP Programme Management Specialist for GCF Coastal Resilience (GCF) Project. II. BACKGROUND / PROJECT DESCRIPTION As outlined in the Paradigm Shift Objectives and Impacts section of the project proposal, the project is designed to contribute to increased climate-resilient sustainable development though employing an integrated approach to ensure more climate resilient homes, strengthen natural defences through the regeneration of mangroves and improve planning through the integration of climate risk information. The project aims to rebuild 4000 houses and to regenerate 4000 hectares of mangroves. It also aims to increase the quality and accessibility of climate risk related information and therefore increase its utility in decision making. The project proposal and log frame in the project proposal serves as the base of the project evaluation framework. It clearly outlines the three outcome level results expected of the project, as well as indicators that can be used to measure them: 1. Increased resilience of infrastructure and the built environment to climate change (Indicator: Number and value of physical assets made more resilient to climate change variability and change considering human benefits) 2. Improved management of land or forest areas contributing to emissions reductions (Indicator: Hectares of land or forests under improved and effective management that contributes to CO2 emission reductions) 3. Increased generation and use of climate information in decision making (Indicator: Use of climate information products/ services in decision making in climate sensitive sectors) To monitor and measure the changes brought by the project, impact assessments will be designed to assist the project team to collect baseline information/data, final survey to gain insights into developmental and adaptive impact of the interventions that will be carried out during the project. For this purpose, the GCF team has developed a guidance note on the impact evaluation approach of 12

13 the project (attached). The note outlines that each component of the project will require specific approaches to impact assessment. Particularly for the housing component of the project, before interventions take place, a robust baseline survey needs to be administered. During the project, it is expected follow-up surveys and final large survey will also be carried out at the end of project. III. OBJECTIVE AND SCOPE OF THE WORK 1. Objectives of the Assignment The main objectives of the assignment are to analyze the impact of the housing component of the project by undertaking the following: 1) Design and administer a household survey targeting approximately 400 households at least two times (baseline and final) but preferably also midterm during the project implementation; (This number will be verified and agreed with UNDP during inception phase, and some adjustments to the number, and therefore enumerator budget may be required based on the finalized methodology and mutual agreement with the selected firm). 2) Carry out data entry and survey elicitation using Computer Assisted personal interview (CAPI) methods such as CSpro; 3) Undertake an analysis of the survey data; 4) Design a simple, follow-up survey which will be used by project staff; and 5) Train project staff on the follow-up survey methodology. 2. Scope of Work Table 1: Results framework to be captured by this evaluation Expected Result (as per agreed proposal) Increased resilience of infrastructure and the built environment to climate change Indicator (as per agreed proposal) Number and value of physical assets made more resilient to climate change variability and change considering human benefits Potential unit of measurement Number of houses supported by the project and value of the increased physical resilience to climate change extreme events. Household level economic losses due to disaster events Potential data collection approach Matching of approximately 400 houses based on preproject housing criteria (200 selected by project, 200 control group) in the same communes. Mid-term and end of project tracking to assess type and value of damage in both groups (Number to be set at baseline) Household level survey of target and control group households to measure disaster related losses (historical and postintervention). Evaluation Methodology for Housing With available resources, a random sample project intervention houses (stratified by commune) will be matched with control group homes based on their physical characteristics. Houses will be matched 13

14 based on their physical characteristics. (To be selected for the project houses must be in highly vulnerable communes and be considered semi-permanent and/or highly vulnerable as per Government definitions). Houses selected for the project intervention will be matched with houses of similar physical characteristics located in the same communes. Households selected for the control group will have either chosen not to participate in the project or will have not met social (not physical) selection criteria for other reasons. Houses will be selected in year 1 and 2 of the project to allow sufficient time for tracking of physical resilience minimally detectable effects (MDE) over at least 2-3 flood and storm seasons. The example sample size for both groups will be determined at baseline. A baseline survey will be conducted to: (1) measure the outcome of interest at baseline, (2) measure household characteristics before intervention so that we can confirm that the allocation is balanced (i.e. households allocated to control and treatment look similar) and (3) assess historical/ pre-project household losses at household level due to disasters. This will require field visits to all selected households in the control and impact group to ensure that they are indeed similar, and to collect data on their recent disaster related losses. Following the baseline survey interviews with target and control group households return surveys will be conducted midterm and the end of the project. Data analysis and the report on impact will follow a final survey to be conducted within one year of the end of the field activities. Statistical Analysis/ Power Calculation for Housing The project aims to reach approximately 2000 houses in the first two years of the project, located in approximately 15 communes. To enable sufficient time for tracking, this will be sample for inclusion in the evaluation. Benefit More physical resilience (and therefore less economic loss) to housing and assets in houses because of the project intervention Level at which benefits are assigned (cluster) Communes Unit at which outcome will be measured Households The result indicator to be measured is the number and value of physical assets made more resilient to climate change variability and change considering human benefits. This will be done by measuring: 1. Number of houses supported by the project and value of the increased physical resilience to climate change extreme events. 2. Comparing household level self-reported data on historical losses for the target and control group due to disaster events. Minimal level of impact for housing: Minimal level of impact will be measured by comparing the target and control group performance against the following criteria: The number of deaths and injuries incurred due to disasters in target and control group. Rate and value of damage sustained to housing due to disasters as percentage of annual household income (Compared to a benchmark rate to be calculated based on the household survey of target and control group households.) For comparison, probability of flood/storm exposure rates will be calculated based on data analysed from the the commune wide 10 years historical loss data collected during the CBDRA process of the project which can be compared 14

15 to data from housing intervention and control group surveys. This analysis will assume a 0.8 power and 5% significance level. A power of 0.8 is a widely used benchmark for power calculations (and means impact can be detected in 80 percent of the cases). The specific tasks that the contracted institution/firm is expected to undertake are detailed below: 1. Technical Support on Power Calculations Produce a report which includes: Level at which benefits are assigned (cluster), i.e. province, district, village and number and implications for power calculations Selected outcome(s) of interest and their pre-baseline means, standard deviations and intra-cluster correlations Number of villages and/or households required for minimum power of test of 90% with 0.05 significance level, given varying anticipated (and reasonable) treatment effects The Power Calculations expert should also review the sampling plan in order to assess if the sampling plan meets requirements to produce a random sample according to the results of the power calculations. 2. Develop a survey methodology The survey methodology should include the following: A sampling methodology for treatment and control; A survey methodology; A data entry methodology; Quality control methodology. A sampling and survey methodology for the qualitative data collection 3. Development of a survey instrument Developing, testing, finalizing and translating (into local language) the household questionnaire(s) to be used in the two large-scale surveys; Recruitment, contracting and managing survey enumerators, data entry technicians and supervisors; Developing a detailed interview manual (and a supervisor manual, if necessary) based on the survey and quality control methodology; Training the enumerators with the instrument; The contracted institution is required to develop a sample questionnaire based on consultations with project team and UNDP, taking into considerations the criteria for survey methodology listed above. It should carry out a trial administration of the questionnaire before finalizing the instrument. 4. Development of data entry format Develop a data entry platform specifically designed for the survey; The data entry platform should be able to produce outputs in Excel and other format compatible with major statistical software; Double data entry is required; Other quality control measures should be conducted as per the data entry and 15

16 quality control methodologies; Final dataset should contain rows, each representing a single household, and columns, each representing a single variable; First row of the table should contain the names of variables without space; Log of data analysis needs to be submitted along with other deliverables so that all commands executed in the analysis are replicable. 5. Analysis of data and reporting Once data entry is complete, the contracted institution/firm is required to produce an assessment report. The first post-baseline survey report should assess whether the means of key socio-economic variables across groups of survey respondents are statistically identical. The second terminal report should assess the impact of the project taking into account not only the data from the second survey but also data collected through small-scale follow up surveys. 6. Development of a small-scale follow-up survey The small-scale survey is designed to be used by project staff on a more frequent basis to capture changes that may occur between large-scale surveys. Thus, the survey should be a subset of the large-scale survey. The contracted institution/firm is required to develop a sampling and survey methodology and provide necessary trainings of project staff and local government staff on the administration of the small-scale survey. The completed, physical questionnaires will be shared with the contracted institution at a pre-agreed frequency. The institution/firm is required to enter the data into the data entry format and produce summary statistics each time the follow-up survey is submitted. IV. EXPECTED OUTPUTS AND DELIVERABLES 1. Expected Outputs and Deliverables The contract institution is expected to produce the following deliverables: No Deliverables/Outputs Target Due Dates 1 2 Output 1: A draft survey methodological note which contains: Power Calculation report Final target households to be surveyed (from the control and treatment groups) Draft survey and sampling methodology Draft questionnaire Draft quality control methodology Draft data entry methodology and format Field-testing of the draft questionnaire should have been completed after receiving comments on the first draft questionnaire 01 June June

17 No Deliverables/Outputs Target Due Dates Output 2: Final questionnaire (both in English and local 25 June language), final data entry format and a training manual (after completion of a pilot test) Training of enumerators 4 Output 3: Completed household survey for all households 10 July 2018 interviewed (paper or scanned version) 5 Output 4: Completed data set (first entry, second entry, and 10 August 2018 consolidated) and an assessment report 6 Output 5: Draft design of a small-scale follow-up survey 30 June 2019 Final follow-up questionnaire after incorporating comments 30 July and lessons from the baseline survey; training of project/government staff 6 Output 6: Re-training of enumerator for the final survey 15 May Output 7: Completion of the final household survey 30 June Output 8: Completed data set (first entry, second entry, and 15 July 2020 consolidated) and an assessment report 9 Output 9: Completed data set (clean and verified for 30 July 2020 consistent with representativeness) and an assessment report V. DURATION AND INSTITUTIONAL ARRANGEMENT 1. Duration of the Work 2. Duty Station The total duration of the work is 90 days spread across three phases: 30 days in the second quarter of 2018; 20 days in mid-2019 and 40 days in the second quarter of For each deliverable specified above, the PMU and UNDP will provide feedback within 15 working days for further revision by the contracted institution. The starting date will be determined by, among other things, house construction schedule of the target sites to ensure that all interviews are administered under similar conditions. Home-based with travels to field sites in approximately 2 provinces (if required). 3. Institutional Arrangement The contracted institution/firm will report to the Project Management Specialist for the Project; The contracted institution/firm will liaise closely with the project team based at the Viet Nam Disaster Management Authority (VDMA)as well with the Provincial Project Management Units (PPMU) and UNDP as needed; The contracted institution/firm is required to make a necessary logistical arrangement for its staff and interviewers in close consultation with the PMU, VNDMA and PPMUs. VI. QUALIFICATIONS AND SELECTION CRITERIA 17

18 1. Minimum Qualifications of the Successful Contractor at Various Levels a) The institution must have a demonstrable track-record in designing and carrying out similar rural household surveys; b) The composition of the team should be presented in the bidding proposal, but should at least include the following staff positions; 1. Coordinator Advanced degree in Economics, Environment, Economics or related field. At least five years relevant experience in large quantitative survey implementation and analysis, experience in household data collection and analysis required, ability to coordinate teams and ensure timely reporting 2. An expert in Sample Design Advanced degree in Statistics or Economics / Econometrics. At least five years of experience in the design of samples for household surveys required with experience in power calculation. 3. Field supervisor(s) Appropriate number of Field Supervisors should be presented in the bidding proposal and they should be chosen based on the firm s best practices. Some degree of knowledge of local languages is expected at least from a sufficient number of the supervisors. At least two years of experience in conducting or managing household surveys is required. 4. Survey enumerators Appropriate number of Enumerators should be presented in the bidding proposal and they should be proficient in local language. Preference should be given to candidates with experience in quantitative data collection in the rural areas of Vietnam, namely on the themes of the questionnaire 5. Data entry officer(s) Appropriate number of Field Supervisors should be presented in the bidding proposal and preference should be given to candidates with experience in quantitative data entry and/or previous experience in survey work 2. Scope of Bid Price and Schedule of Payments a) The payment will be made based on a fixed output-based price according to the schedule presented above b) The bidding price proposal should include the following categories of budget: i. Professional fees (This should include the types and number of staffs hired) ii. Travel (including the pilot survey and living allowances during the survey) iii. Questionnaire printing iv. Data entry v. Others (specify) c) Payment schedule is linked with the 10 key deliverables spread across about 24 months outlined above. The payment schedule is as follows: i. 1 st Payment (40% of the total payment) will be released upon completion of Outputs 1 and 2 ii. 2 nd Payment (20 % of the total payment) will be released upon completion of Outputs 3, 4, and 5 iii. Final Payment (40% of the total payment) will be released upon completion of Outputs 6, 7, 8 and 9 3. Recommended Presentation of Proposal In the bidding proposal, please include the following: 18

19 A technical proposal that describe a) your institution s track record in undertaking similar tasks and b) a preliminary approach to the baseline survey including the sampling methodology, proposed sample size, types of questions to be included in the survey, etc. Financial proposal CVs of key staff to be part of the team 4. Annexes to the TOR Project Proposal: _UNDP_-_Viet_Nam.pdf/e1b576a6-cccc-46bc-8678-a57636bd7202 Housing Component Guidelines Impact evaluation Note Result table 19

20 Annex 4 Contract templates and General Terms and Conditions Please find below link to the contract template: 20(Goods%20and-or%20Services)%20UNDP%20-%20Sept% pdf Please find below link to the General Terms and Conditions: r%20de%20minimis%20contracts%20(services%20only)%20-%20sept% pdf 20

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF DATE: 05/03/2018 REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF Recruitment and staff administration services in Gulf Cooperation

More information

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services 10/12/2015 Dear Sir/Madam, Subject: Request for Quotation (RFQ) for Animation Motion graphics Services

More information

DURATION : 30 working days over the period 20 September November 2016

DURATION : 30 working days over the period 20 September November 2016 Terms of Reference for the recruitment of a national consultant for the formulation of a Project Document on Inclusive Development and Public Sector Efficiency under the Pillar 1 of the UNDP Country Programme

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. for individual consultants and individual consultants assigned by consulting firms/institutions

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. for individual consultants and individual consultants assigned by consulting firms/institutions Date: 19 January 2016 INDIVIDUAL CONSULTANT PROCUREMENT NOTICE for individual consultants and individual consultants assigned by consulting firms/institutions Country: Description of the assignment: Project

More information

REQUEST FOR QUOTATION (RFQ) (Animated Video services)

REQUEST FOR QUOTATION (RFQ) (Animated Video services) REQUEST FOR QUOTATION (RFQ) (Animated Video services) Potential vendor s information: DATE: September 14, 2015 REFERENCE: RFQ/JOR/2015/9 Dear Sir / Madam: We are seeking the services for the design and

More information

Interested bidders Swedish Committee for Afghanistan, Kabul Management Office

Interested bidders Swedish Committee for Afghanistan, Kabul Management Office Date: 03 December 2017 To: From: Interested bidders Swedish Committee for Afghanistan, Kabul Management Office No of Pages: Eighteen (18), including four (4) Sections (1-4) Subject: RFQ ref: M&E 2018-1

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 17-11-2011 Country: Syria Description of the assignment: Media Consultant Project name: Enhancing Institutional Capacity for E-Government Implementation SYR/10/008

More information

Template for ToR for Transaction Advisory Services

Template for ToR for Transaction Advisory Services Template for ToR for Transaction Advisory Services Addendum 1 Prepared by Genesis Analytics 4 December 2013 PPP TRANSACTION ADVISOR TERMS OF REFERENCE Terms of reference for transaction advisor services

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE United Nations Development Programme CO Turkey INDIVIDUAL CONSULTANT PROCUREMENT NOTICE 3 February 2017 Reference: Country: Description of the Assignment: Projects: IRE/2017/VCE Turkey Consultancy Services

More information

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI) MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.)-462003 EXPRESSION OF INTEREST (EOI) Notice Inviting Expression of Interest (EOI) for hiring the services of consultants

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

Office of Climate Change Guyana September TRANSITIONING TO NATIONAL ENERGY SECURITY: Bartica as a Model Green Town TERMS OF REFERENCE

Office of Climate Change Guyana September TRANSITIONING TO NATIONAL ENERGY SECURITY: Bartica as a Model Green Town TERMS OF REFERENCE Office of Climate Change Guyana September 2017 TRANSITIONING TO NATIONAL ENERGY SECURITY: Bartica as a Model Green Town TERMS OF REFERENCE TRANSPORTATION SECTOR ENERGYAUDIT IN BARTICA 1. INTRODUCTION AND

More information

TITLE OF CONSULTANT: Individual Consultant (IC) to Develop a Strategic Plan and Implementation Program for Business Botswana

TITLE OF CONSULTANT: Individual Consultant (IC) to Develop a Strategic Plan and Implementation Program for Business Botswana INDIVIDUAL CONSULTANT PROCUREMENT NOTICE 19 th December 2017 TITLE OF CONSULTANT: Individual Consultant (IC) to Develop a Strategic Plan and Implementation Program for Business Botswana COUNTRY: BOTSWANA

More information

UNESCO AMMAN OFFICE. Call for Proposals for Senior Individual Consultant JOR/CONS/17/09

UNESCO AMMAN OFFICE. Call for Proposals for Senior Individual Consultant JOR/CONS/17/09 UNESCO AMMAN OFFICE Call for Proposals for Senior Individual Consultant JOR/CONS/17/09 Consultant for Monitoring, Evaluation and Reporting (Statistician) 4 months Dear Sir or Madam: Date: 29 November 2017

More information

Request for Quotation (RFQ) for Goods Reference No.: UNWHQRFQ56. HeForShe Textile-Based Visibility Items 2016

Request for Quotation (RFQ) for Goods Reference No.: UNWHQRFQ56. HeForShe Textile-Based Visibility Items 2016 Request for Quotation (RFQ) for Goods Reference No.: UNWHQRFQ56 HeForShe Textile-Based Visibility Items 2016 10 March 2016 Dear Supplier, Subject: Request for Quotation (RFQ) for the provision of HeForShe

More information

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) IOM Nigeria FRAMEWORK AGREEMENT FOR SUPPLY OF DIESEL FOR ONE (1) YEAR ITB NO: NG10-014 Prepared by DORCAS SHAIBU 11 January, 2018 IOM Nigeria No.11

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

REQUEST FOR QUOTATION (RFQ) Study on Situation of the Women Market Vendors in Lao PDR

REQUEST FOR QUOTATION (RFQ) Study on Situation of the Women Market Vendors in Lao PDR REQUEST FOR QUOTATION (RFQ) Study on Situation of the Women Market Vendors in Lao PDR Dear Sir / Madam: DATE: 2 October 2015 REFERENCE: RFQ-LAO-2015-001 We are seeking the Study on Situation of the Women

More information

Purpose of the evaluation

Purpose of the evaluation Individual Contract Terms of Reference RECOMMENDED MINIMUM CONTENTS OF TOR FOR AN IC 1. BACKGROUND Since signing a Memorandum of Agreement with UNDP in 2012, the State of Kuwait has supported the UNDP

More information

ANNEX I - TERMS OF REFERENCE

ANNEX I - TERMS OF REFERENCE ANNEX I - TERMS OF REFERENCE Review and Development of End User Monitoring (EUM) Standards and tools for Ready to Use Therapeutic Foods (RUTF) Supply Chain 1.0 Background The 2016 joint child malnutrition

More information

REQUEST FOR PROPOSALS (RFP) BID DOCUMENT

REQUEST FOR PROPOSALS (RFP) BID DOCUMENT REQUEST FOR PROPOSALS (RFP) BID DOCUMENT Firm Level Consultancy Service for Evaluation of and comments on papers submitted for African Economic Conference 2017 and compilation Procurement Reference No.:

More information

Terms of Reference (TOR) Provision of consultancy services for payroll verification exercise

Terms of Reference (TOR) Provision of consultancy services for payroll verification exercise Terms of Reference (TOR) Annex 2 A. Brief Introduction Provision of consultancy services for payroll verification exercise UNDP ELECT II Project has been providing support to the Independent Election Commission

More information

Invitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019

Invitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019 Invitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019 26th May 2016 1. Purpose of this Invitation to Tender (ITT) 1.1. This invitation to tender is for appointment to a three-year framework

More information

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan Preparation of Bidding Document Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan Mandatory Documents to be Submitted to get Eligibility in Bid Opening

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

National Technical Advisor to Support the Development of the Action Plan to Implement the Child Protection Policy in Schools

National Technical Advisor to Support the Development of the Action Plan to Implement the Child Protection Policy in Schools United Nations Children s Fund (UNICEF) Phnom Penh, Cambodia Individual Consultant National Technical Advisor to Support the Development of the Action Plan to Implement the Child Protection Policy in Schools

More information

Request for Quotation (RFQ) for provision of internet connection in 6 flat office building in Abuja, Nigeria

Request for Quotation (RFQ) for provision of internet connection in 6 flat office building in Abuja, Nigeria Request for Quotation (RFQ) for provision of internet connection in 6 flat office building in Abuja, Nigeria RFQ:016/B5316/93767/SV/010 Version: v016.1.1 Invitation letter Dear Sir/Madam, Subject: Request

More information

08 NOVEMBER PURPOSE

08 NOVEMBER PURPOSE TERMS OF REFERENCE 08 NOVEMBER 2017 THE SOUTH AFRICAN HERITAGE RESOURCES AGENCY (SAHRA) INVITES SUITABLY QUALIFIED AND EXPERIENCED SERVICE PROVIDERS TO SUBMIT PROPOSALS FOR THE HOSTING, SUPPORT AND MAINTENANCE

More information

EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/105

EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/105 United Nations Development Programme (UNDP) EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/10 Country: Pakistan The United Nations Development Programme (UNDP) in Pakistan would like to

More information

UNESCO AMMAN OFFICE. Call for Proposals from Senior Individual Consultants AMN/CONS/17/07

UNESCO AMMAN OFFICE. Call for Proposals from Senior Individual Consultants AMN/CONS/17/07 UNESCO AMMAN OFFICE Call for Proposals from Senior Individual Consultants Consultant for the Preparation of EMIS Phase 2 Project Document Dear Sir or Madam: Date: 15 October 2017 UNESCO Amman Office is

More information

Consultant to support monitoring and evaluation planning for Capacity Development Partnership Fund (CDPF) Phase III

Consultant to support monitoring and evaluation planning for Capacity Development Partnership Fund (CDPF) Phase III Terms of Reference Consultant to support monitoring and evaluation planning for Capacity Development Partnership Fund (CDPF) Phase III UNICEF Cambodia 1. Background The Capacity Development Partnership

More information

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/ESP/10/012 DATE: 18 April 2010

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/ESP/10/012 DATE: 18 April 2010 REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/ESP/10/012 DATE: 18 April 2010 Dear Sir / Madam: You are kindly requested to submit your quotation for Logistics of Civic & Voter education evaluation workshops

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

Port Moresby, Papua New Guinea Application Deadline: 4 th August, 2017 Support in the Design of an integrated Environment Title:

Port Moresby, Papua New Guinea Application Deadline: 4 th August, 2017 Support in the Design of an integrated Environment Title: ANNEX 1- TERMS OF REFERENCES (TOR) Location: Port Moresby, Papua New Guinea Application Deadline: 4 th August, Support in the Design of an integrated Environment Title: Information Management System for

More information

United Nations Children s Fund (UNICEF) Supply Division, Copenhagen, Denmark

United Nations Children s Fund (UNICEF) Supply Division, Copenhagen, Denmark United Nations Children s Fund (UNICEF) Supply Division, Copenhagen, Denmark Request for offers for individual consultancy for the Establishment of Professional Learning and Development Plan UNICEF Supply

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) ANGUILLA ELECTRICITY COMPANY LIMITED (ANGLEC) REQUEST FOR PROPOSAL (RFP) AUGUST 2017 CONSULTANCY SERVICES FOR THE DEVELOPMENT OF AN OCCUPATIONAL HEALTH AND SAFETY PROGRAM CONTENTS Page SECTION 1 : Invitation

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

TERMS OF REFERENCE FOR ECOSYSTEM SERVICES, VALUATION & PES SPECIALIST

TERMS OF REFERENCE FOR ECOSYSTEM SERVICES, VALUATION & PES SPECIALIST TERMS OF REFERENCE FOR ECOSYSTEM SERVICES, VALUATION & PES SPECIALIST Brief Description: The project will conserve biodiversity in key landscapes within the Caspian broadleaf deciduous forest ecoregion.

More information

Terms of Reference. UNICEF Iraq Country Office. ( for Institutional Consultant)

Terms of Reference. UNICEF Iraq Country Office. ( for Institutional Consultant) Page 1 of 10 UNICEF Iraq Country Office Terms of Reference ( for Institutional Consultant) Section Content Background The Multiple Indicator Cluster Survey (MICS) is an international household survey programme

More information

REQUEST FOR PROPOSAL. For Technical Contractor CanGym Revitalization City Park Drive, Suite 120 Ottawa, ON K1J 1A3

REQUEST FOR PROPOSAL. For Technical Contractor CanGym Revitalization City Park Drive, Suite 120 Ottawa, ON K1J 1A3 REQUEST FOR PROPOSAL For Technical Contractor CanGym Revitalization 1900 City Park Drive, Suite 120 Ottawa, ON K1J 1A3 Request for Proposal For Technical Contractor CanGym Revitalization Gymnastics Canada

More information

Request For Quotation (RFQ) for the Procurement of an Independent External Evaluation Firm

Request For Quotation (RFQ) for the Procurement of an Independent External Evaluation Firm Request For Quotation (RFQ) for the Procurement of an Independent External Evaluation Firm RFQ NO. GCF/RFQ/2015/013 Date: 16 November, 2015 GCF is accepting quotations from firms for the procurement of

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

United Nations Children s Fund (UNICEF) Phnom Penh, Cambodia

United Nations Children s Fund (UNICEF) Phnom Penh, Cambodia United Nations Children s Fund (UNICEF) Individual Consultant Technical Adviser to support the implementation of Cambodia PROTECT: A Communication Strategy to End Violence against Children and Unnecessary

More information

CARIBBEAN EXAM NATIONS COUNCIL

CARIBBEAN EXAM NATIONS COUNCIL CARIBBEAN EXAM NATIONS COUNCIL HEADQUARTERS - The Garrison, St Michael BB14038, Barbados Tel: +1(246) 227-1700 Fax: +1(246) 429-5421 Email: cxcezo~cxc.org In reply please quote our ref~ 2 14 02 5 October

More information

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB 1.1 BACKGROUND 1. The original funding provided by the Government to operate

More information

United Nations Development Programme (UNDP) FOR THE

United Nations Development Programme (UNDP) FOR THE United Nations Development Programme (UNDP) CALL FOR EXPRESSIONS OF INTEREST AND PREQUALIFICATION FOR THE CONSTRUCTION AND REHABILITATION OF IRRIGATION SYSTEMS IN LEBANON UNDP Lebanon invites interested

More information

This tender material elaborates the tender advertisement published at cf. annex 1.

This tender material elaborates the tender advertisement published at  cf. annex 1. 0 9 A P R I L 2018 TENDER NOTICE CONDITIONS FOR EXTERNAL EVALUATION OF THE EU FUNDED PROJECT: CAPACITY BUILDING OF NATIONAL HUMAN RIGHTS INSTITUTIONS, PHASE 1 DIHR. REF. 15444 1 INTRODUCTION The Danish

More information

Terms of Reference Audit Consultant UN Women Audit Unit Office of Audit and Investigations

Terms of Reference Audit Consultant UN Women Audit Unit Office of Audit and Investigations Background: UNDP (OAI) is responsible for provision of internal audit and investigations services to UNDP and its affiliated entities. The core mandate of OAI is to provide independent, objective assurance

More information

REVISED TERMS OF REFERENCE

REVISED TERMS OF REFERENCE REVISED TERMS OF REFERENCE Revised sections are highlighted in red Consultancy: Baseline study for the Enhancing crop yields and profitability in Kenya through biological plant protection project 1. Background

More information

REQUEST FOR QUOTATIONS (RFQ)

REQUEST FOR QUOTATIONS (RFQ) REQUEST FOR QUOTATIONS (RFQ) Transition Initiatives for Stabilization Plus (TIS+) Provision of Support for Engineering Technical Supervision and Capacity Building for Baardhere Orientation Center (JSS021)

More information

TERMS OF REFERENCE Bangkok, Thailand with possible travel to countries in Asia Pacific.

TERMS OF REFERENCE Bangkok, Thailand with possible travel to countries in Asia Pacific. Location Application deadline 22 December 2017 Type of Contract Post title Languages required: Duration of Initial Contract: TERMS OF REFERENCE Bangkok, Thailand with possible travel to countries in Asia

More information

Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Board. Accra, Ghana

Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Board. Accra, Ghana STANDARD TENDER DOCUMENTS Standard Tender Evaluation Format Procurement of Goods or Works Public Procurement Board Accra, Ghana 1 Preface Procurement under projects financed from the Public Funds of the

More information

ToR for the External Evaluation of the AMEDIP project

ToR for the External Evaluation of the AMEDIP project ToR for the External Evaluation of the AMEDIP project Project: Strengthening African and Middle Eastern Diaspora Policy through South-South Exchange (AMEDIP) 1 Background The AMEDIP project is funded by

More information

Request for Quotation (RFQ) for Provision of Office Generator parts (Alternator and Injection Pump) for UNOPS Office in Mazar-i-Sharif Afghanistan

Request for Quotation (RFQ) for Provision of Office Generator parts (Alternator and Injection Pump) for UNOPS Office in Mazar-i-Sharif Afghanistan Request for Quotation (RFQ) for Provision of Office Generator parts (Alternator and Injection Pump) for UNOPS Office in Mazar-i-Sharif Afghanistan Case track Number: SIDA/RAIPIII/NTH/Good/2014/016 Request

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. Terms of Reference. Kiribati SDG Voluntary National Review to High Level Political Forum

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. Terms of Reference. Kiribati SDG Voluntary National Review to High Level Political Forum INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Terms of Reference Ref: PN/FJI-058-17 Title Location Type of Contract Post Level Languages required: Duration of Initial Contract: Kiribati SDG Voluntary National

More information

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date CUSTOMER NAME Security Awareness Education Request for Proposal Program Content & Hosting Services Date Contents SAE Project Overview... 3 SAE Vendor Qualifications... 3 Project Milestones... 3 CUSTOMER

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Two International Consultants Data and Statistics for the SDGs

Two International Consultants Data and Statistics for the SDGs INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Procurement Notice # 31614 Two International Consultants Data and Statistics for the SDGs 1 Date: 26 July 2016 Location: Home based Expected start date: 15 st August

More information

Individual Consultant Procurement Notice IRQ10-IC/056/17 Electrical Engineer - Training Project, Sulaymaniyah, IRAQ National Consultant

Individual Consultant Procurement Notice IRQ10-IC/056/17 Electrical Engineer - Training Project, Sulaymaniyah, IRAQ National Consultant Individual Consultant Procurement Notice IRQ10-IC/056/17 Electrical Engineer - Training Project, Sulaymaniyah, IRAQ National Consultant Date: 22 April 2017 Description of the assignment: Procurement of

More information

Terms of Reference (ToR) End-of-the Programme Evaluation UNDP Support to Inclusive Participation in Governance May 2013

Terms of Reference (ToR) End-of-the Programme Evaluation UNDP Support to Inclusive Participation in Governance May 2013 Terms of Reference (ToR) End-of-the Programme Evaluation UNDP Support to Inclusive Participation in Governance May 2013 1. Introduction In April 2007, the United Kingdom, Department for International Development

More information

Request for Proposal. Labour Supply-Demand Study. Reference Number: Issued: May 9, 2016 Responses Due: May 23, 2016

Request for Proposal. Labour Supply-Demand Study. Reference Number: Issued: May 9, 2016 Responses Due: May 23, 2016 Labour Supply-Demand Study Reference Number: 1605-01 Issued: May 9, 2016 Responses Due: May 23, 2016 Calgary Economic Development Ltd. 731 1 st Street SE Calgary, AB T2G 2G9 Phone: (403) 221-7831 or 1-888-222-5855

More information

For the Project. 1.1 Purpose and Role

For the Project. 1.1 Purpose and Role Call for Tenders Contract Title: ETUI online course development & Maintenance Contract Reference: Ref. N 2018 ETUI 01. Deadline for Response: 28 March 2018 Contracting Authority: European Trade Union Institute

More information

TERMS OF REFERENCE RFP NO.: SALGA/32/2016

TERMS OF REFERENCE RFP NO.: SALGA/32/2016 TERMS OF REFERENCE RFP NO.: SALGA/32/2016 SOUTH AFRICAN LOCAL GOVERNMENT ASSOCIATION (SALGA) HEREBY REQUEST FOR PROPOSALS FOR THE PROGRAMME DESIGN: EMPLOYEE WELLNESS PROGRAMME (EWP) CLOSING DATE: 13 MAY

More information

TERMS OF REFERENCE International Consultant to Design and Conduct Baseline for Intervention to Prevent Genderbased Violence in Indonesia

TERMS OF REFERENCE International Consultant to Design and Conduct Baseline for Intervention to Prevent Genderbased Violence in Indonesia TERMS OF REFERENCE International Consultant to Design and Conduct Baseline for Intervention to Prevent Genderbased Violence in Indonesia Duty Station: Jakarta, Indonesia Application Deadline: 14 August

More information

UNICEF/EAPRO, Bangkok

UNICEF/EAPRO, Bangkok UNICEF/EAPRO, Bangkok TERMS OF REFERENCE - LONG TERM ARRANGEMENT ********************************************************************************** 1. Background As a joint contribution towards the achievement

More information

Expression of Interest (EOI) for. Appointment of Consultant for. Make in India campaign in the Oil & Gas Industry

Expression of Interest (EOI) for. Appointment of Consultant for. Make in India campaign in the Oil & Gas Industry Expression of Interest (EOI) for Appointment of Consultant for Make in India campaign in the Oil & Gas Industry Petroleum Planning & Analysis Cell MINISTRY OF PETROLEUM & NATURAL GAS 0 Expression of Interest

More information

REQUEST FOR PROPOSAL CWA TRAINING INITIATIVE. February 13, 2018

REQUEST FOR PROPOSAL CWA TRAINING INITIATIVE. February 13, 2018 REQUEST FOR PROPOSAL CWA TRAINING INITIATIVE February 13, 2018-1 - Table of Contents 1. Summary... 3 2. Background of Organization... 3 3. Proposal Guidelines and Requirements... 3-4 4. Contract Terms...

More information

ANNEX III - BID FORMS

ANNEX III - BID FORMS ANNEX III - BID FORMS The forms below must be completed and returned with your Bid: III (A): III (B): III (C): III (D): III (E): III (F): III (G) Bid Submission Form Bill of Quantity (BoQ) (financial bid,

More information

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison NAFTA Chapter 10: Government Procurement Chapter Ten: Government Procurement Chapter Fifteen: Government

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 800 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2018LO2o Open Date:

More information

ROSTERS OF JUNIOR AND SENIOR EXPERTS Specifications of the Call for expression of interest

ROSTERS OF JUNIOR AND SENIOR EXPERTS Specifications of the Call for expression of interest ROSTERS OF JUNIOR AND SENIOR EXPERTS Specifications of the Call for expression of interest 1 1. PURPOSE OF THE CALL FOR EXPRESSION OF INTEREST... 2 1.1. Establishing a list of experts... 2 1.2. Objectives

More information

Terms of Reference. Application type: External vacancy Job Title: Category: Duty station:

Terms of Reference. Application type: External vacancy Job Title: Category: Duty station: Terms of Reference NATIONAL/INTERNATIONAL CONSULTANT ON WASTE MANAGEMENT TO SUPPORT THE ELABORATION OF A PROJECT PROPOSAL ON SOLID WASTE MANAGEMENT FOR KIGALI CITY, RWANDA, FOR SUBMISSION TO NATIONAL AUTHORITIES

More information

Knowledge Management and Communications Specialist Low Emission Capacity Development Project

Knowledge Management and Communications Specialist Low Emission Capacity Development Project Terms of Reference Knowledge Management and Communications Specialist Low Emission Capacity Development Project Position Information Title: Communications specialist Type of contract: IC (Individual Consultant)

More information

BIS Research & Evaluation Framework. Guide for Buyers

BIS Research & Evaluation Framework. Guide for Buyers BIS Research & Evaluation Framework Guide for Buyers Framework reference: CR150025BIS BIS Research & Evaluation Framework: Guide for Buyers Update 22 June 2016 1 P age Research & Evaluation Framework Contract

More information

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL 5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,

More information

REQUEST FOR PROPOSALS. REF: UNDPSO-RFP Development and Implementation of an Aid Information Management System (AIMS) for Somalia

REQUEST FOR PROPOSALS. REF: UNDPSO-RFP Development and Implementation of an Aid Information Management System (AIMS) for Somalia REQUEST FOR PROPOSALS REF: UNDPSO-RFP-2017-011 Development and Implementation of an Aid Information Management System (AIMS) for Somalia United Nations Development Programme August, 2017 1 Section 1. Letter

More information

BAIF DEVELOPMENT RESEARCH FOUNDATION BAIF BHAVAN, DR MANIBHAI DESAI NAGAR, WARJE, PUNE Tel.: INVITATION FOR QUOTATION

BAIF DEVELOPMENT RESEARCH FOUNDATION BAIF BHAVAN, DR MANIBHAI DESAI NAGAR, WARJE, PUNE Tel.: INVITATION FOR QUOTATION BAIF DEVELOPMENT RESEARCH FOUNDATION BAIF BHAVAN, DR MANIBHAI DESAI NAGAR, WARJE, PUNE 411058 Tel.: 020 25231661 INVITATION FOR QUOTATION To Date: 15/09/2015 Dear Sir/Madam, Sub: Invitation for quotation

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

ON-CALL TRANSLATION SERVICES BY INDIVIDUAL CONSULTANTS

ON-CALL TRANSLATION SERVICES BY INDIVIDUAL CONSULTANTS ON-CALL TRANSLATION SERVICES BY INDIVIDUAL CONSULTANTS Date: 16 October 201 Dear Madam/Sir, 1. You are requested to submit a proposal for Translation Services, as per the Terms of Reference (ToR) detailed

More information

School Risk Assessment

School Risk Assessment RSU #14 WINDHAM RAYMOND SCHOOLS AND YARMOUTH SCHOOLS School Risk Assessment RFP # 12-06 Bill Hansen and Judy Paolucci 12/2/2011 RSU #14 Windham Raymond Schools and the Yarmouth School Department are requesting

More information

PUBLIC HEALTH AGENCY OF CANADA MANITOBA/SASKATCHEWAN REGIONAL OFFICE REQUEST FOR PROPOSAL (RFP)

PUBLIC HEALTH AGENCY OF CANADA MANITOBA/SASKATCHEWAN REGIONAL OFFICE REQUEST FOR PROPOSAL (RFP) PUBLIC HEALTH AGENCY OF CANADA MANITOBA/SASKATCHEWAN REGIONAL OFFICE REQUEST FOR PROPOSAL (RFP) CLOSING DATE: November 13, 2007 CLOSING TIME: 4pm Time Zone: Central Standard Time RFP Reference Number:

More information

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX 78-90300 MAKUENI TENDER NO. GMC/T/24/2017/2018 & 2018/2019 PROVISION OF FOR THE FINANCIAL YEAR 2017/2018 & 2018/2019 TENDER DOCUMENT

More information

Outdoor - facilitator to propose location 41 days

Outdoor - facilitator to propose location 41 days ANNEX 1. SRI LANKA COUNTRY OFFICE - TERMS OF REFERENCE (TOR) FOR INDIVIDUAL CONTRACTORS/ CONSULTANTS PART I Purpose of Assignment As part of the HRDT key activity and also based on the GSS results the

More information

Reserve list of Administrative Assistants / Logisticians (AST6)

Reserve list of Administrative Assistants / Logisticians (AST6) EUROPEAN RAILWAY AGENCY Reserve list of Administrative Assistants / Logisticians (AST6) (F/M) VACANCY NOTICE REF.: ERA/AST/2011/001 Date of publication: 18/07/2011 Type of contract: Temporary Agent Function

More information

REQUEST FOR QUOTATION RFQ Nº UNFPA/EGY/RFQ/16/03 Production of Booklet and Flyer needed for the GBV Costing Survey Event

REQUEST FOR QUOTATION RFQ Nº UNFPA/EGY/RFQ/16/03 Production of Booklet and Flyer needed for the GBV Costing Survey Event Date: April 28, 2016 REQUEST FOR QUOTATION RFQ Nº UNFPA/EGY/RFQ/16/03 Production of Booklet and Flyer needed for the GBV Costing Survey Event Dear Sir/Madam, UNFPA hereby solicits a quotation for the following

More information

The PSM Consultant will work in close collaboration with UNDP Country Office staff, governments, UN agencies in the areas of their expertise.

The PSM Consultant will work in close collaboration with UNDP Country Office staff, governments, UN agencies in the areas of their expertise. The United Nations Development Programme (UNDP) is the UN s global development network, advocating for change and connecting countries to knowledge, experience and resources to help people build a better

More information

Tender Document - Request for Quotation

Tender Document - Request for Quotation Tender Document - Request for Quotation Subject of the Tender: Tender Number: Quantity: Fabrication and Supply of Solar Drying Units JOBS/ GIZ-001 350 Kits Tender Announcement date: April 3 rd, 2014 Tender

More information

EUROPEAN SPACE AGENCY ESA EXPRESS PROCUREMENT PROCEDURE EXPRO / EXPRO+ TENDERING CONDITIONS ( EXPRO/TC ) NOTE

EUROPEAN SPACE AGENCY ESA EXPRESS PROCUREMENT PROCEDURE EXPRO / EXPRO+ TENDERING CONDITIONS ( EXPRO/TC ) NOTE P a g e 1 EUROPEAN SPACE AGENCY ESA EXPRESS PROCUREMENT PROCEDURE EXPRO / EXPRO+ TENDERING CONDITIONS ( EXPRO/TC ) NOTE For the purposes of EXPRO and EXPRO+ categories of Requests for Proposal (RFP) and

More information

REQUEST FOR PROPOSALS. Gail Wilson,

REQUEST FOR PROPOSALS. Gail Wilson, International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 REQUEST FOR PROPOSALS Procurement Number: WDN2016Global01o Open Date: August 10, 2016 Questions Deadline:

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

Date: October 24, 2016

Date: October 24, 2016 RFQ cum (Ref No: AITL/SBIA/2016-17/07) Date: October 24, 2016 In reference to the pre-bid queries received by AITL and the pre-bid meeting held at the office of AITL at Mumbai on October 18, 2016, bidders

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

Context of the REDD+ initiative:

Context of the REDD+ initiative: II. Background Information Context of the REDD+ initiative: Indonesia is the third largest emitter of CO2 and the world s largest emitter from agriculture, forestry and other land use. Over the past five

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment

More information

Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers

Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers 20 th July 2017 Dear Sir / Madam, Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers Contract Title: Replacement of existing concrete refuse chute to : (see

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. Reference: PN/FJI

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. Reference: PN/FJI INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Reference: PN/FJI-003-16 Consultancy Title: Kiribati International Trade Facilitator Project Name: Kiribati Trade Capacity Development and Institutional Strengthening

More information

TERM OF REFERENCE. Consultant: Technical Adviser to support the PRAIA Group on Governance Statistics Location : Praia, Cabo Verde. 4 April h00

TERM OF REFERENCE. Consultant: Technical Adviser to support the PRAIA Group on Governance Statistics Location : Praia, Cabo Verde. 4 April h00 TERM OF REFERENCE Consultant: Technical Adviser to support the PRAIA Group on Governance Statistics Location : Praia, Cabo Verde Application Deadline : Type of Contract : Post Level : Languages Required

More information

Mid-term Project Evaluation Guidance Note For EIF TIER 1 Funded Projects: Support to National Implementation Arrangements

Mid-term Project Evaluation Guidance Note For EIF TIER 1 Funded Projects: Support to National Implementation Arrangements Mid-term Project Evaluation Guidance Note For EIF TIER 1 Funded Projects: Support to National Implementation Arrangements September 2012 This document is work in progress. Any queries/comments should be

More information

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax , University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel. 0112914476, Fax. 0112911393, e-mail : supplies@kln.ac.lk 08/12/2015 Web Domains/UKSJ/15/12/20154 The Manager, Invitation of Quotations for Web

More information