TERMS OF REFERENCE REQUEST FOR PROPOSAL (RFP) TC09/1617 PROVISION OF TRAVEL SERVICES to the FORUM FISHERIES AGENCY

Similar documents
Pacific Islands Law Officers Network Charter

APPLICANT INFORMATION PACKAGE ASSISTANT FINANCE OFFICER, GENERAL FUND

PACIFIC ISLANDS FORUM SECRETARIAT. Applicant Information Package

APPLICANT INFORMATION PACKAGE. ASSISTANT FINANCE OFFICER, UST Admin/PDF,EDF&IDF, UST Observers

PACIFIC ISLANDS FORUM SECRETARIAT. Applicant Information Package

EXPRESSIONS OF INTEREST

Note that the deadline for submission of these Expressions of Interest is Friday 3 March 2017.

FFA STRATEGIC PLAN Pacific Islands Forum Fisheries Agency Responsible Fisheries and Sustainable Benefits. Strength Through Co-operation.

Terms of Reference Quality Assurance Consultant. 9 January Quality Assurance Train the Trainer Programme

APPLICANT INFORMATION PACKAGE

APPLICANT INFORMATION PACKAGE SURVEILLANCE OPERATIONS ASSISTANT

RE-ADVERTISEMENT Open to Vanuatu Nationals only. Projects Associate (Markets for Change / M4C Programme) (SC SB-3)

Secretariat of the Pacific Regional Environment Programme (SPREP) APPLICANT INFORMATION PACKAGE PROJECT ACCOUNTANT (PJA)

APPLICANT INFORMATION PACKAGE FINANCE OFFICER ACCOUNTS PAYABLE (FOAPA) READVERTISEMENT

FIJIAN ELECTIONS OFFICE. Postal Voting Courier Services 2018 General Elections. Request for Tender (RFT) (07/2017) Request for Tender

APPLICANT INFORMATION PACKAGE INTERNAL AUDITOR (IA)

APPLICANT INFORMATION PACKAGE PacWaste Plus, Technical and Administration Officer

APPLICANT INFORMATION PACKAGE

Casework Technical Support (Social Welfare - Project Management)

CAPABILITY FRAMEWORK. Implemented by the Pacific Islands Forum Secretariat 2017

A Quality Management Perspective

PACIFIC ISLANDS FORUM SECRETARIAT. Applicant Information Package

WASTEWATER POLICY STATEMENT

Secretariat of the Pacific Regional Environment Programme (SPREP) APPLICANT INFORMATION PACKAGE Adaptation Support Officer, Climate Change (ASOCC)

REQUEST FOR PROPOSALS (RFP) - Project for Data Cleaning of Industrial Property Documents of Indonesia

APPLICANT INFORMATION PACKAGE. Vanuatu Country Manager

Annexure A2 DESKTOP EVALUATION TECHNICAL SCORECARD AND COMPLIANCE CHECKLIST

PACIFIC ISLAND REGIONAL FISHERIES OBSERVER (PIRFO) Certification and Training Policy Manual. Secretariat of the Pacific Community

This position involves work each Saturday, Sunday and Monday, and additional hours on other days as agreed from time to time.

Secretariat of the Pacific Regional Environment Programme (SPREP) APPLICANT INFORMATION PACKAGE DEPUTY DIRECTOR GENERAL (DDG)

Introduction to the Process of Reviewing and Updating National Implementation Plans

Information for Applicants. Ministry of Health and Medical Services (MHMS) Health Infrastructure Adviser

APPLICANT INFORMATION PACKAGE COASTAL AND MARINE ECOSYSTEMS ADVISER (CMEA)

National Development Programs Manual

APPLICANT INFORMATION PACKAGE THREATENED AND MIGRATORY SPECIES ADVISER (TAMSA)

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders

Annexure A1 DESKTOP EVALUATION TECHNICAL SCORECARD AND COMPLIANCE CHECKLIST

APPLICANT INFORMATION PACKAGE BIODIVERSITY ADVISER (BA)

Invitation to Tender (ITT): Project Manager with the Heritage Council of Ireland: Historic Towns Network

Annexure A2 EVALUATION CRITERIA

Advice Skills Academy. Accredited Learning Tender Brief & Response. Guidance and Tender document

APPLICANT INFORMATION PACKAGE GLOBAL ENVIRONMENT FACILITY, PROJECT COORDINATOR (GEFPC)

APPLICANT INFORMATION PACKAGE ECOSYSTEM & BIODIVERSITY OFFICER (EBO)

APPLICANT INFORMATION PACKAGE PACWASTE PLUS COMMUNICATIONS OFFICER

Request for tenders: Baseline Assessment of Scrap Metal Recycling in Samoa and Drafting of the Regional Scrap Metal Strategy

Secretariat of the Pacific Regional Environment Programme (SPREP) APPLICANT INFORMATION PACKAGE SHARK & RAY CONSERVATION OFFICER (SRCO)

APPLICANT INFORMATION PACKAGE NZ PACIFIC PARTNERSHIP ON OCEAN ACIDIFICATION, PROJECT TECHNICAL ASSISTANT (PPOA,PTA)

COASTAL AND MARINE ECOSYSTEMS ADVISER (CMEA)

BID EVALUATION MAXIMUM WEIGHT PHASE 2 REFERENCE PAGE IN BIDDERS PROPOSAL REFERENCE IN BID DOCUMENT BIDDERS COMMENTS BID EVALUATION CRITERION

Implementing the Pacific Regional Audit Initiative

Advice Skills Academy. Learning Tender Brief & Response. Guidance and Tender document. Deadline for responses: 12 noon Wednesday 10 April 2019

Balfour Beatty Rail Balfour Beatty Group Employment Ltd (Rail) Travel Policy

TENDER SPECIFICATION DOCUMENT WEST MIDLANDS INTERNATIONAL TRADE LLP. Media for UKTI promotion 14/15 15/16. Tender for the Supply of Media Campaigns

Pacific Islands Framework for Action on Climate Change

NIUE NATIONAL ENERGY POLICY

Overview of the Central Pacific Shipping Commission (CPSC)

MANAGER GUIDANCE ON ENGAGEMENT OF AGENCY WORKERS: FREQUENTLY ASKED QUESTIONS

DATE: 02/05/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 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

MG ALBA PROCUREMENT POLICY AND SCHEME OF TENDERING

REQUEST FOR PROPOSAL

APPLICANT INFORMATION PACKAGE Oceanography Officer (OO)

Organisational Change Policy and Procedure

SECRETARIAT OF THE PACIFIC COMMUNITY POSITION DESCRIPTION FISHERIES DATABASE SUPERVISOR BACKGROUND

RFP Solicitation Number: BOSS-RFQ TRVL Date: 20 September Request for Proposal: Travel Services

REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES. Issuance Date November 27, 2017

Kiribati Aviation Investment Bidding Project Document. PRE BID MEETING 14 October 2016

Engineers Without Borders New Zealand Working With Communities Representative Position Description

IFP No: 05/18 INVITATION FOR PREQUALIFICATION FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES

Request for tenders: Green Climate Fund Readiness Project Coordinator, Republic of the Marshall Islands

Request for Proposals (RFP) The provision of labour law specialist services for subsidised public transport contracts to the CSIR

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

Guide for Experts. (version 09/05/14)

Invitation to Tender External Audit Services

INVITATION TO TENDER TENDER INSTRUCTIONS RELATING TO TIMING FOR THE TRIATHLON IRELAND NATIONAL SERIES EVENTS

ADVERTISEMENT CALL FOR CONSULTANCY (CFC) NO. 2016/11- International Consultant: Market Resilience to Climate Change Project, Suva, Fiji

APPLICANT INFORMATION PACKAGE MANAGER, PACIFIC CLIMATE CHANGE CENTRE (MPCCC)

INVITATION TO BID TO OPERATE A CONCESSION AT THE BIGHT CULTURE MARKET RESTAURANT FACILITY, PROVIDENCIALES, TURKS AND CAICOS ISLANDS

GREENHOUSE GAS MITIGATION IN COUNTRIES PARTICIPATING IN THE PACIFIC ISLANDS CLIMATE CHANGE ASSISTANCE PROGRAMME (PICCAP)

Template for ToR for Transaction Advisory Services

World Water Day Calendar

Building resilience for the energy sector. Renewable Energy and Energy Efficiency Partnership (REEEP)

Invitation to tender. Provision of External Audit Services

Espen Ronneberg Climate Change Adviser SPREP. Secretariat of the Pacific Regional Environment Programme

DRAFT ROLE DESCRIPTION Riverina Murray Destination Network, Administrative Assistant

PAPP Inventory Report. Part 1. Pacific Agriculture & Forestry Policy Inventory

Operator Steering Group Invitation to Tender

REQUEST FOR PROPOSALS #03909 ( RFP )

Pacific Horticultural and Agricultural Market Access (PHAMA) Program

GOVERNANCE POLICY. Adopted January 4, 2018

Organisational Change

How to Choose a Core PCO

INTERNATIONAL INSTITUTE FOR DEMOCRACY AND ELECTORAL ASSISTANCE TENDER NOTICE

ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES

Reimbursement of HRA Committee Members Expenses

RE-ADVERTISEMENT Open to Fijian Nationals only [ Those that had applied need not re-apply ]

Request for tenders: Consultant for Mercury Inventory development using the UNEP mercury toolkit (Minamata Initial Assessment Project)

Subject: Request for tenders: Green Climate Fund Readiness Project: Administrative Support Consultant, Republic of the Marshall Islands

2. I am also proposing further targeted consultation with stakeholders on two expenditure proposals, to ensure we have a well-designed system.

Filey Town Council Council Offices 52A Queen Street Filey North Yorkshire YO14 9HE TEL:

Transcription:

TERMS OF REFERENCE REQUEST FOR PROPOSAL (RFP) TC09/1617 PROVISION OF TRAVEL SERVICES to the FORUM FISHERIES AGENCY 1. BACKGROUND The Pacific Islands Forum Fisheries Agency (FFA) was established in 1979 with the signing of the FFA Convention by Pacific leaders. Based in Honiara, Solomon Islands, FFA's members are Australia, Cook Islands, Federated States of Micronesia, Fiji, Kiribati, Marshall Islands, Nauru, New Zealand, Niue, Palau, Papua New Guinea, Samoa, Solomon Islands, Tokelau, Tonga, Tuvalu and Vanuatu. The Mission of the FFA is to drive regional cooperation to create and enable the maximum long term social and economic benefit from the sustainable use of our shared offshore fishery resources. The FFA Secretariat is staffed by over 90 international and locally-recruited staff who manage a broad range of programs approved by the FFA membership. This work involves promoting regional cooperation and assisting member states to sustainably manage their valuable offshore fisheries resources. Accordingly there is a heavy travel requirement for FFA staff, members and consultants attending a range of regional meetings, consultations and training courses - across the region and also internationally. The total cost of travel administered through the FFA in any one year may exceed USD 2 million. 2. APPOINTMENT OF A PREFERRED SUPPLIER FOR TRAVEL SERVICES To secure efficient and cost-effective travel services the Agency invites suitably qualified and experienced travel providers to submit a detailed proposals as outlined in this TOR. The selected Preferred Supplier will help deliver the majority of the FFA s air travel needs. There will be a single Preferred Supplier selected. Submissions should consist of two separate documents. The first document is the Technical Proposal. This should be no more than 20 pages in total, plus a cover sheet. The Technical Proposal should cover the items included in Sections 3 6 of this TOR. Full details are provided further below. The second document is the Financial Proposal which should be of no more than 5 pages in total, plus a cover sheet. The Financial Proposal should cover the issues raised in Sections 7 8. Full details are also provided below. 1

3. GENERAL REQUIREMENTS The Travel provider will be required to engage in sustained consultation with individual staff and with our Travel Officer(s). This will include advice, booking, ticketing and proactively managing any changes in itinerary once a journey commences. Booking and ticketing will generally conform with the Agency s Travel policies (see further below for details on how to obtain the latest Staff Travel Policy) but may occasionally vary in accordance with the numerous programs and activities administered by the Agency. Special requirements may include e.g. for Ministerial-level Travel. Some programs have may donorspecific requirements which will be advised to the Travel Provider. The Preferred Supplier will also be required to provide regular reporting identifying Agency and regional business and performance trends. These reports will outline savings and other efficiencies realised through adherence to approved policies and identify opportunities for further improved performance. The maintenance of effective oversight of total Agency business requirements and expenditure is essential. 4. PERFORMANCE STANDARDS AND SERVICE LEVEL GUARANTEES The contracted travel service provider shall deliver the required services in accordance with the following minimum capacities and standards: a) The travel service provider should provide timely service by email and phone during core working hours (8.00 am 4.45 pm) on workdays, Monday to Friday (Honiara time). b) A 24hrs emergency email and phone service must be available with the capacity to promptly reserve and/or issue or re-issue tickets as required. c) The provider must be cognisant of the diverse workforce of the Agency and its membership, and demonstrate a corporate commitment to gender, equity and diversity principles in all interactions with the agency and its membership. d) It is highly desirable that the provider must be either an accredited member or affiliated with the International Air Transport Association (IATA) and/or the International Airlines Travel Agent Network (IATAN). Note that it is NOT a requirement for the provider to be physically located in Honiara. However familiarity with the local working environment and services, including communications linkages, would be an advantage. 5. SERVICES TO BE DELIVERED As a minimum, the selected service provider shall be expected to provide the following services: a) Identify and (on instruction) book the most direct and economical route of the day taking account of available airline schedules and offers; b) Offer meaningful, cost-effective options when developing itineraries, including those of a more complex nature; c) Be familiar with and adhere to the Agency s travel policy; d) Book and ticket air travel; e) Render appropriate (remote) assistance to the Agency s travellers in case of a need to change itineraries due to business needs or unforeseen circumstances; 2

f) Liaise with the travellers on insurance issues when required and assist with follow-up on any lost luggage. g) Maintain a traveller s profile including traveller s preference: seat, special meals, frequent flyer programme numbers, address, telephone, cell phone, e-mail, etc., with the traveller s consent; h) Provide complete quotes/estimates for travel costs to be used for e.g. budgets or proposals. i) Assist in the management of staff and family leave travel entitlements and other requested travel needs. j) Itemised, accurate and issue timely invoicing as requested by the Agency, usually on a monthly basis or in any recommended fashion that will minimise costs to the Agency. k) Provide travel advisories or other relevant travel information in timely fashion. l) Provision of accommodation, car hire and conference requirements is not essential, but ad-hoc requests for assistance may be received on a best efforts basis. 6. EXPERIENCE AND CAPACITIES OF THE TRAVEL SERVICE PROVIDER In addition to the above service standards and outputs, the Travel Provider will need to demonstrate the following: a) A good knowledge of air service providers and air routes and schedules in the Pacific islands region, and a good working relationship with these carriers. b) A sound track record in serving a professional client base including e.g. member Government departments, intergovernmental organisations, embassies and/or private sector corporations; c) Be financially stable and viable with a minimum of 5 (five) years in current business. d) Employ competent and experienced travel consultants, especially in respect of ticketing and fare computations (i.e. knowledge of destinations, of airline practices, fare levels, most economical routes and connections). e) A commitment to maintain continuity in terms of the Service Provider staff liaising with the Agency. f) An ability to monitor and evaluate Agency travel practices and to offer professionally presented advice on how further efficiencies and savings may be realised; g) An ability to manage periods of particular heavy demand, including conferences, workshops and key governing council meetings. 7. FINANCIAL CONSIDERATIONS The separate Financial Submission should contain a maximum five (5) page component including the following: a) An assessment of the overall financial advantages accruing to the Agency arising from an adoption of the submitted proposal. b) Any relevant price guarantees, discounts and/or commission levels you may wish to disclose in the bid (this is not essential but may assist in making comparisons between bids all information will be treated as strictly commercial-in-confidence). c) How your company assesses your service delivery in terms of quality and price in comparison with other travel provider options; d) Your preferred method, requirements and timeframe for billing and accounting purposes and the impact these procedures may have on bottom line considerations. 3

It would be preferred if all currency denominations are standardised throughout the document so that the whole bid is presented in a single currency. 8. REFERENCES AND PROOF OF FINANCIAL SECURITY The bid should contain an appropriate letter or certificate from a recognised banking institution attesting to the nature of your relationship and demonstrating your financial good standing. Performance references should be available but will only be required on request. 9. TENDER SUBMISSIONS (RFP) Parties wishing to tender for this work should submit a detailed two-part Submission outlining its suitability to undertake the work in accordance with the Terms of Reference. All bids shall be evaluated using a two stage procedure with evaluation of the Technical Proposal being completed prior to the Financial Proposal being reviewed and compared. The maximum length of the Technical Proposal and attachments is twenty (20) A-4 pages (plus any cover sheets). The Technical Proposal should cover the items included in Sections 3 6 of this TOR. Financial details or cost issues may be identified in this section but may require summarising or emphasis in the accompanying Financial Proposal. Bidders are required to submit their Financial Proposal as a separate document covering the issues raised in Sections 7 8. The maximum length of the Fincial Proposal is 5 pages, in addition to the cover sheet and the required bank reference letter. 10. EVALUATION OF BIDS The overall weighting of the separate Technical and Financial bids will be 50:50 in terms of reaching a final decision on a successful bidder. However, any bids that fail to score at least 75% in the initial Technical bid will be disqualified at that point in the process. Technical Proposal Evaluation Criteria Weighting (50% of total) will be as follows: Evaluation Criteria Clear evidence of overall experience and commitment to strong and sustained service delivery in the travel sector Demonstrated capacity to deliver the travel services required by the FFA Weighting Demonstrated ability to meet the Minimum Service Standards Demonstrated ability to deliver during surge periods and to resolve more difficult issues and to meet unexpected requirements Knowledge of the Sector and capacity to undertake effective analysis and reporting in line with FFA requirements 4

Financial Proposal Evaluation Criteria Weighting (50% of total) will be as follows: Evaluation Criteria An assessment of the overall financial benefits likely to flow to the Agency over the term of the arrangement if the bid is accepted, relative to other bids received. An assessment of the commitment and capacity of the bidder to effectively manage and analyse business and ensure value-for money is obtained at all times. Weighting 37.5% 12.5% There may also be a practical exercise requested at a later stage in the process. 11. OTHER MATTERS The FFA reserves the right to re-issue or modify the requirements of the Tender at any time. Confirmation of the arrangement will be confirmed by letter which will contain a jointly signed Memorandum of Understanding. The appointment under the preferred supplier arrangements will be for an initial two year period, with a renewal for a further two years subject to satisfactory performance. Satisfactory performance will be determined through an internal assessment by the Agency against the Technical and Financial criteria, to be conducted eighteen (18) months after the formal appointment of the Preferred Supplier. Note: The appointment of a Preferred Supplier does not obligate the Agency (or its membership) to use these services in every situation. For example, occasional charter flights, medical evacuations, ad-hoc requirements and internal routing within member countries may require separate treatment. However, in most circumstances the Agency will use the Preferred Supplier for international travel and will consult in timely fashion should there be any change to this commitment. 12. CONTACT POINT The contact point for all inquiries is Perry Head, Director Corporate Services email perry.head@ffa.int If clarification is required, interested parties are requested to email a telephone contact number and Mr Head will arrange a time to discuss relevant matters. Please note any additional information considered material provided subsequently to any bidder will be provided to all known bidders at that time. 13. SUBMISSIONS Your hard copy or emailed submissions should be clearly marked as follows: And hand-delivered, mailed or emailed as follows: Director General FFA Tender Committee TC09/1617 Forum Fisheries Agency, 1 FFA Road, PO Box 629 Honiara, SOLOMON ISLANDS 5

or emailed to: procurement@ffa.int please note in the subject line: TC09/1617 FFA Travel Service Provider 14. CLOSING DATE OF PROPOSALS All submissions are to be received by the deadline: 4.30PM MONDAY 17 TH APRIL 2017 (HONIARA TIME) 15. NOTIFICATION The names of winning bidder(s) shall be advertised on the FFA website; www.ffa.int/employment/tenders/tender_results 6