Request for Proposal (RFP) for Provision of Human Resource Services for UNOPS Afghanistan

Size: px
Start display at page:

Download "Request for Proposal (RFP) for Provision of Human Resource Services for UNOPS Afghanistan"

Transcription

1 Section 1: Proposal Data Sheet Request for Proposal (RFP) for Provision of Human Resource Services for UNOPS Afghanistan RFP No.: UNOPS-AFG-RFP Page 1 of 53

2 Section 1: Proposal Data Sheet Request for Proposal for the Provision of Human Resource Services for UNOPS Afghanistan RFP No.: UNOPS-AFG-RFP Section 1: Proposal Data Sheet RFP number: UNOPS-AFG-RFP Project(s): Multiple Projects Procurement official s name: Abdul Raqeeb YUSUFI [email protected] Issue date: September 20, 2015 UNOPS Site inspection: Date: Time: Location: Mandatory (Yes/No): Not applicable Not applicable Not applicable Not applicable UNOPS Pre-Bid Meeting: Date: September 28, 2015 Time: 11:00hrs, Kabul local time Location: UNOCA Complex, Jalalabad Road, Kabul, Afghanistan Mandatory (Yes/No): No Requests for clarifications due: UNOPS clarifications to offerors due: Proposal due Planned award date Date: October 04, 2015 Time: 23:59hrs, Kabul local time Date: October 06, 2015 Time: 16:00hrs, Kabul local time Date: October 11, 2015 Time: 10:00am (Morning), Kabul local time Date: October 30, 2015 Planned Agreement start date (on or before) Date: November 01, 2015 Page 2 of 53

3 Section 2: RFP Letter Page 3 of 53

4 Section 3: Instructions to Offerors Request for proposal for the Provision of Human Resource Services for UNOPS Afghanistan RFP No.: UNOPS-AFG-RFP Section 3: Instructions to Offerors 1 Introduction 1.1 General: The United Nations Office for Project Services (UNOPS) is seeking qualified Consultant for the above-mentioned Human Resource Services for its operations in Afghanistan. Your company is kindly invited to submit your best technical and financial offer for the requested services. Your proposal could form the basis for a contract between your firm/institution and the United Nations Office for Project Services (UNOPS). 2 Eligibility criteria 2.1 Excluded nationalities: No nationalities are excluded from submitting a proposal. An Offeror, and all parties constituting the Offeror, may have the nationality of any country. However, the Offeror or the lead party of the Offeror must have valid business license to legally operate in Afghanistan. 2.2 Conflict of Interest: An Offeror must not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by UNOPS to provide consulting services for the preparation of the terms of reference and other documents being used for the procurement of the services under this Request for Proposals. 2.3 Ineligible Offerors: An Offeror that is under a declaration of ineligibility by UNOPS at the date of proposal submission shall be disqualified. Offerors shall not be eligible to submit a proposal when at the time of proposal submission: a. Suppliers are already suspended by UNOPS or any other entity of the United Nations system, including the World Bank; or, b. Supplier s names are mentioned in the UN 1267 Terrorist list issued by the Security Council resolution 1267 which establishes a sanctions regime to cover individuals and entities associated with Al-Qaida and/or the Taliban. c. Supplier has an ongoing litigation or dispute with UN or any other International Organisation. d. Supplier has not attended mandatory pre-bid clarification meeting and/or site inspection. 2.4 Joint Ventures: Proposals may be submitted by a Joint Venture (JV). In the case of a JV: a. The duly filled Annex I: Joint Venture Partner Information Form must be included with the Proposal; b. All parties to the JV shall be jointly and severally liable to UNOPS for the fulfilment of the provisions of the contract; and c. The JV shall nominate one party who shall act as a leader with the authority to bind the joint venture, association or consortium during the solicitation process and, in the event a contract is awarded, during contract execution. The composition or the constitution of the joint venture, consortium or association shall not be altered without the prior consent of UNOPS. 2.5 Misleading of false representations: Offerors may be disqualified if they have made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or record of poor performance such as, not properly completing contracts, inordinate delays in completion, litigation history, financial failures etc. Page 4 of 53

5 Section 3: Instructions to Offerors 3 Solicitation Documents 3.1 Acknowledgement of solicitation documents: The Offeror is requested to acknowledge receipt of the solicitation documents to UNOPS by filling and returning the Annex A: Proposal / No proposal submission form by or letter to confirm participation or non-participation. 3.2 Examination of solicitation documents: The Offeror is expected to examine all instructions, forms, terms and requirements contained in the solicitation documents. Failure to comply with these documents will be at the Offeror s risk and may affect the evaluation of the proposal. 3.3 Clarification of solicitation documents: A prospective Offeror requiring any clarification of the solicitation documents may notify the UNOPS Procurement Official specified in Section I - Proposal Data Sheet in writing. UNOPS will respond in writing to any request for clarification of the solicitation documents that it receives on or before the date and time specified under the Requests for Clarifications in Section 1: Proposal Data Sheet. Written copies of UNOPS response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective Offerors that has received the solicitation documents or shall be posted on UNOPS website and UNGM under the respective business opportunity. UNOPS will endeavour to provide the above clarifications expeditiously, but any delay in providing such information will not be considered a reason for extending the submission date of a proposal. 3.4 Amendments of solicitation documents: At any time prior to the deadline for submission of proposals, UNOPS may, whether at its own initiative or in response to a clarification requested by a prospective Offeror, modify the solicitation documents by amendment. All prospective Offerors that have received the solicitation documents will be notified in writing of any amendments to the solicitation documents or in case of an open tender, amendments will be posted on the UNOPS website under the respective business opportunity. In order to afford prospective Offerors reasonable time to take the amendments into account in preparing their proposals, UNOPS may, at its discretion, extend the deadline for the submission of proposals. 3.5 Pre-bid clarification meeting: Unless otherwise instructed in writing by UNOPS, a pre-bid clarification meeting will only be held if stated in Section I Proposal Data Sheet, at the time and place and in accordance with instructions set out therein. If Section I Proposal Data Sheet, states that a clarification meeting shall be mandatory, an offeror which does not attend the clarification meeting shall become ineligible to submit a proposal under this RFP. The names of representatives of offerors who will attend the clarification meeting shall be submitted in writing by offerors to the UNOPS Procurement Official listed in Section I Proposal Data Sheet, including the full name, position and ID number of each representative at least 24 hours before the clarification meeting is to be held. UNOPS will not issue any formal answers to questions from offerors regarding the RFP or tender process during the clarification meeting. All questions shall be submitted in accordance with Article 3.3 above. The clarification meeting shall be conducted only for the purposes of providing background information and explaining how to submit a proposal. Offerors shall not rely upon any information, statement or representation made at the clarification meeting unless that information, statement or representation is confirmed by UNOPS in writing. 3.6 Site inspection visit: Unless otherwise instructed in writing by UNOPS, a site visit will only be held if stated in Section I Proposal Data Sheet, at the time and place and in accordance with any instructions set out therein. If Section I Proposal Data Sheet, states that site visit(s) shall be mandatory, an offeror which does not attend the site shall become ineligible to submit a proposal under this RFP. The names of representatives of offerors who will attend the site visit shall be submitted in writing by bidders to the UNOPS Procurement Official listed in Section I Proposal Data Sheet, Page 5 of 53

6 Section 3: Instructions to Offerors including the full name, position and ID number of each representative at least 24 hours before the site visit is to be held. Offerors participating in a site visit shall be responsible for making and obtaining any visa arrangements that may be required for the offerors to participate in a site inspection visit. Prior to attending a site inspection, bidders shall execute an indemnity and a waiver releasing UNOPS in respect of any liability that may arise from: (i) loss of or damage to any real or personal property; (ii) personal injury, disease or illness to, or death of, any person; (iii) financial loss or expense, arising out of the carrying out of that site inspection; and (iv) transportation by UNOPS to the site (if provided) as a result of any accidents or malicious acts by third parties. UNOPS will not issue any formal answers to questions from offerors regarding the RFP or tender process during the site visit. All questions shall be submitted in accordance with Article 3.3 above. The site visit shall be conducted for the purpose of providing background information only. Offerors shall not rely upon any information, statement or representation made at the site visit unless that information, statement or representation is confirmed by UNOPS in writing. 4 Preparation of Proposals Technical and Procedural Aspects 4.1 Format of the proposal: The proposal shall be typed or written in indelible ink and shall be signed by the Offeror or a person or persons duly authorized to bind the Offeror to the contract. The latter authorization shall be indicated by written power-of-attorney accompanying the proposal. The proposal shall contain no interlineations, erasures, or overwriting except as necessary to correct errors made by the Offeror, in which case such corrections shall be initialled by the person or persons signing the proposal. 4.2 Language of the proposal: The proposals prepared by the Offeror and all correspondence and documents relating to the proposal exchanged by the Offeror and UNOPS shall be written in the English language. Any printed literature furnished by the Offeror may be written in another language so long as accompanied by an English translation of its pertinent passages in which case, for purposes of interpretation of the proposal, the English translation shall govern. 4.3 Content of the proposal: The proposal must comprise a technical proposal and a financial proposal duly separated. (a) The technical proposal shall demonstrate that the Offeror meets all requirements and be concisely presented and structured in the following order to include, but not necessarily be limited to, the following documents: 1) Proposal Submission form: - a statement of intent of the Offeror in which it undertakes to provide the services in conformity with the provisions as set out in the solicitation documents and the Offeror s proposal. Please use the form attached hereto as Annex C Proposal Submission Form. 2) Check List form: - a form in which the Offeror indicates that all the information and documents required under the RFP have been prepared and submitted. Please use the form attached hereto as Annex B Check List Form. 3) Eligibility and pre-qualification form: - all the questions in this form must be duly answered and backed up by the necessary supporting documents to demonstrate the Offeror s eligibility and possession of minimum qualifications for the performance of the services required under the RFP. Please use the form attached hereto as Annex D Eligibility and Pre-qualification form. 4) Technical Proposal submission form: - a form in which the Offeror shall describe its firm/institution s expertise, understanding of the assignment, proposed approach and Page 6 of 53

7 Section 3: Instructions to Offerors methodology, team composition as well as work-plan and proposed staffing schedule for the performance of the services required under the RFP. Please use the form attached hereto as Annex E Technical Proposal Submission Form. 5) UNGM Vendor registration Form: - as part of the Proposal it is desired that the Offeror gets registered in the United Nations Global Marketplace (UNGM) registration website at Proposals submitted by non-registered Offerors shall be still considered. However, if a non-registered Offeror is selected for contract award, the Offeror shall have to register on the UNGM prior to contract signature. Details for registration are provided in Annex G UNGM vendor registration. 6) Resume for proposed key personnel: - the information about the Offeror s proposed personnel shall be prepared and submitted using the guidance provided in Annex H of the RFP. 7) Joint Venture Form: - in the case of a joint venture formation for the purposes of this RFP, a form shall be completed and signed in which each JV partner shall accept joint and all liabilities for the execution of the contract and give a mandate to the leading party to sign the contract on behalf of the JV. Please use the form attached hereto as Annex I Joint Venture Form. (b) The financial component shall include, but not necessarily be limited to, the following documents: 1) Financial Proposal submission form: - wherein the Offeror s authorized representative affirms the following: (a) a summary of the price in words and figures; and (b) the period of its validity. 2) Price breakdown: - wherein the Offeror shall provide itemized breakdown of the price for all the services to be provided. 3) Schedule of payments: - proposed schedule of payment must be expressed by the Offeror, and payment will be made by UNOPS in the currency of the proposal. The payment schedule must be linked to the delivery of the outputs specified in your technical component. Please use the form attached hereto as Annex F Financial Proposal Submission Form. Financial Aspects 4.4 Remuneration for preparation of proposal: The cost of preparing a proposal and of negotiating a contract, including any related travel, is not reimbursable nor can it be included as a direct cost of the assignment. UNOPS will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation process. 4.5 Proposal validity: Proposals must remain valid for 90 (Ninety) days from the deadline for submission of proposals. UNOPS will make its best effort to select a firm/institution within this period. 4.6 Proposal currency: The financial component shall be presented in United States Dollars (USD). 4.7 Duties and taxes: UNOPS is a tax exempt entity. Proposals must be submitted net of any direct taxes or customs duties. 5 Submission of Proposals 5.1. Submission of proposals: Your proposal shall be submitted by the deadline specified in Proposal Data Sheet (Section I) using one of the following methods: (a) Mail/courier/personal delivery: Your proposal shall be prepared in duplicate with one marked "Original" and the other marked "Copy" and shall be submitted in one outer sealed envelope. In the event of any discrepancy between original and copy, the original shall Page 7 of 53

8 Section 3: Instructions to Offerors govern. Furthermore, the Original and Copy of your proposal shall contain two inner envelopes each. The first inner envelope shall be marked "Technical proposal" and contain all required technical documents as specified in clause 4.3 (a). The second inner envelope shall be marked "Financial Proposal" and shall include all required financial documents as specified in clause 4.3 (b). Proposals shall be delivered to the address specified below: United Nations Office for Project Services (UNOPS) Afghanistan Operational Hub (AFOH) UNOCA Complex, Jalalabad Road, Kabul, Afghanistan Attn.: Chairperson of Bid Opening Committee Each envelope shall bear the following marking: Proposal for: Project: Case No.: Content: From: Provision of Human Resource Services for UNOPS Afghanistan Multiple Projects UNOPS-AFG-RFP Technical/Financial Proposal (Original/Copy) [delete the unwanted option] Name and address of the Offeror Offerors should use recycled paper for all printed and photocopied documents related to the submission of this proposal and fulfilment of the resulting contract and shall, whenever practicable, use both sides of the paper. Offerors are encouraged to use green alternatives to bind their proposals instead of binders. (b) Your proposal shall be submitted by to the following secure by the submission deadline. Technical and financial proposals shall be submitted in separate s with the subject lines indicating RFP reference, Offeror s name and a description of the proposal (e.g. RFP No.: UNOPS-AFG-RFP Name of Offeror TECHNICAL/FINANCIAL PROPOSAL). Both s text bodies shall indicate the name and address of the Offeror. The with Technical Proposal shall not contain any pricing information nor shall the financial contain any components of the technical proposal. In order to avoid last minute line congestion, UNOPS recommends that submissions are sent as early as possible before the deadline. The receipt time stamp for submissions shall be the date and time when the submission has been received in the dedicated UNOPS inbox. UNOPS shall not be responsible for any delays caused by network problems etc. It is the sole responsibility of the Offerors to ensure that their Proposal is received by UNOPS in the dedicated inbox on or before the prescribed tender deadline. Proposals submitted to any other than specified above will be rejected and not considered for evaluation. submissions sent via the correct route after having been sent incorrectly will be declared invalid. Size of individual s, including text and attachments, must not exceed 8 MB. If the size of the is likely to exceed 8 MB, please send the required Bidding Documents via multiple s and indicate the number ( 1 of X, 2 of X, etc.) in the subject field of each in addition to RFP reference number Late submission of proposal: Proposals and modifications to proposals received after the deadline for submission of proposals will be rejected. It is the sole responsibility of the Offerors to ensure that their Proposal is received by UNOPS at the dedicated address or in the dedicated e- mail inbox on or before the prescribed tender deadline Modification to and withdrawal of proposal: Prior to the deadline for submission of proposals, proposals may be modified by their Offeror. Modifications to proposals are to be submitted in the same manner as described in clause 5.1 above. At any time prior to the proposal submission deadline, proposals may be withdrawn by written notice or in person by the Offeror, or the Offeror's duly authorized representative. Withdrawal of the submission after the deadline for the submission of proposals shall not be honoured, and in such cases UNOPS shall open and evaluate the offers together with the other Page 8 of 53

9 Section 3: Instructions to Offerors offers received. If the supplier has furnished a proposal security, UNOPS shall withhold such security until the issue has been resolved Alternative proposals: Offerors shall submit a proposal in accordance with the requirements of the RFP. If an Offeror wishes to submit an alternative proposal, the proposal shall not derogate from the requirements of the RFP. An alternative proposal shall give full details necessary for its complete evaluation and include all documents and information required as specified in the RFP. In addition, the alternative proposal shall include a demonstration of the benefit of the alternative solution over the conforming solution, including quantifiable justification of any economic and/or technical advantage Confidentiality of proposal: If the Offeror wishes to restrict disclosure and/or use of the data included in a proposal for any purpose other than evaluation, a statement to that effect must be included in the proposal. However, no such restrictions shall apply if the Offeror is issued a contract. 6 Evaluation of Proposals 6.1. Preliminary examination: Prior to the detailed evaluation of each proposal UNOPS will undertake a preliminary examination and proposals will not be considered for further evaluation in cases where: - they are incomplete, i.e. do not include all required documents as specified in Section 3: Instructions to Offerors, clause 4.3: Content of proposal; - Alterations have been made in the wording of the Proposal submission form and other contract forming documents, key portions of the original proposal are not signed, stamped and dated by the authorized company representative. - The validity of the proposal is not in accordance with the requirements of the RFP as specified in Section 3: Instructions to Offerors, clause 4.5: Proposal validity; - For submissions by mail/courier/personal delivery - technical and financial documents have not been submitted in separate sealed envelopes and/or pricing information is included in the technical proposal envelope. - For submissions by - technical and financial documents have not been submitted in separate s and/or pricing information is included in the technical proposal Clarification of proposals: To assist in the examination and evaluation of proposals, UNOPS may at its discretion, ask the Offeror for clarification of its proposal. The request for clarification and the response shall be in writing and no change in price or substance of the proposal shall be sought, offered or permitted Mandatory/pre-qualification criteria: The mandatory requirements/pre-qualification criteria have been designed to assure that, to the degree possible in the initial phase of the evaluation process, only those Offerors with sufficient experience, financial strength and stability, demonstrable technical knowledge, evident ability to satisfy UNOPS requirements and superior customer references for supplying the services envisioned in this RFP will qualify for further consideration Offerors will receive a pass/fail rating in the mandatory requirements/pre-qualification criteria section. In order to be considered for Technical Evaluation, offerors must meet all the mandatory requirements/pre-qualification criteria described in this RFP including acceptance of UNOPS General Conditions of Contract and the UNOPS Contract Form included in this RFP Evaluation criteria: A two-stage procedure will be utilized in evaluating the proposals, with evaluation of the technical proposals being completed prior to any Financial Proposal being opened and compared. The total number of points which a firm/institution may obtain for its proposal is as follows: Technical proposal: 180 points Financial proposal: 120 points Total number of points: 300 points Page 9 of 53

10 Section 3: Instructions to Offerors (1) STAGE ONE: Evaluation of Technical Proposals The technical proposal is evaluated on the basis of its responsiveness to the TOR. The quality of each technical proposal will be evaluated in accordance with the following technical evaluation criteria and the associated weighting (total possible value of 180 points): No. Description Max points Overall Total 180 A. Offeror s qualification and expertise including capacity and experience in performing the required services in the specific field of assignment ( ) Brief Description of Firm Brief description of the organization including the year and country of incorporation, types of activities undertaken in the specific field of assignment and approximate annual billings. 1.2 Details of Offeror s past and current partnerships and collaborative efforts with other firms and organisations for implementing activities in different regions of Afghanistan Litigation and Arbitration History Reference to any history of litigation and arbitration firm has been involved: (Please note: any ongoing litigation or arbitration shall result in disqualification of your offer at the eligibility/pre-qualification assessment stage) Older than 1 year 1 point Older than 2 years 3 points Older than 3 years (or no litigation) 5 points 5 3. General Organizational Capability Corporate capability and organizational structure for execution of the services 3.2 Demonstration of ability of governance and oversight structures of the firm for ensuring the timeliness and quality of services 3.3 Demonstration of ability to provide services using personnel with requisite qualifications where and when required 3.4 Country-wide network (presence or partners presence in different regions of Afghanistan) 3.5 Provide documentation regarding your firm/institution s financial stability, including audited financial statements of the last 3 years. The Consultant needs to prove that they have sufficient liquidity (cash-flow) and ability to sustain payments to the hired Consultant s Employees, considering that UNOPS payment to the Consultant will be made on reimbursement bases Relevance of specialized knowledge and experience Evidence of successful completion of at least one similar service contract within the last three years. Please list; a) Number and nature of positions filled/experts deployed over the last three years, average duration of their assignments; b) For past projects, please indicate the contract term, dollar value and the explanation of reasons for termination. 5 Page 10 of 53

11 Section 3: Instructions to Offerors 4.2 Present and ongoing similar contracts, if any Recent experience on services of similar nature with UN organizations and other similar public-sector international organizations (WB, EU, Embassies, International NGOs etc.) 5 5. Quality Assurance Procedures, Risk and Mitigation Measures Certificate(s) of accreditation for processes (e.g. ISO etc.), if exist(s) Description of Quality Assurance mechanism(s) in place for ensuring that services of the firm comply to industry standards 5.3 Description of Risk Mitigation measures in place for ensuring uninterrupted services of the firm to its clients 5.4 Description of available performance monitoring and evaluation mechanisms and tools for personnel, including staff vetting (e.g. references, background/security) checks References references for current business that are relevant to the services described in the TOR. If a joint proposal, references must be from sources that are familiar with joint service model. B. Proposed Approach and Methodology for performing the required services (7+8+9) Understanding of the requirement Is the conceptual framework adopted appropriate for the services, including any proposed comments, modifications or assumptions made to the TOR? 7.2 Is the presentation clear and is the sequence of activities and the planning logical, realistic and promise efficient implementation to the services? 7.3 Are the risks and assumptions affecting the execution of the services, inclusive of any comments to the support services to be provided by UNOPS to the Consultant for the execution of the services, addressed with the sufficient level of details? 7.4 Are there any innovations including workable suggestions that could improve the quality/effectiveness of the services? Approach and Methodology Provide an executive summary that defines your overall approach to manage and operate all of the required services for this account. Include your proposed staffing plan in an organigram format.as well as disbursement mechanism for personnel who are in different districts/regions of the country 8.2 Description of the Offeror s approach, methodology, and timelines for meeting or exceeding the requirements of the Terms of Reference (details of how the different service elements (e.g. sourcing and selection, contracting and deployment, management of benefits and entitlements including insurances, provision of administrative support, etc.) shall be organized, controlled and delivered) Description of firm s established and tested service methodologies (sourcing and selection, contracting & deployment, initial briefing and training, management and administration of personnel, provision of administrative 5 Page 11 of 53

12 Section 3: Instructions to Offerors support, etc.). List your key performance indicators for all of above, i.e. payroll processing (e.g. within X days), recruitment period (deployment within X days of UNOPS request), etc. 8.4 How will you address personnel related aspects of the services (compliance to National Labour Law, insurances for Consultant s employees, HR management and administration, performance management, etc.)? 8.5 How will you address those aspects related to provision of administrative support to personnel (office, supplies and consumables, transportation, travel arrangements, communication, logistics, etc.)? 8.6 How you will provide the services in areas where you may not have presence and what arrangements you have in place for addressing such situations? 8.7 Proposed mechanism for smooth deployment of Consultant s employees in remote and high-risk areas including information about your firm s security policies and practices, proposed coordination mechanisms with the local authorities and UN Security, etc Management of Deliverables and Reporting Description of available reporting mechanisms and tools; how they shall be adopted and used for a specific requirement (e.g. number of deployed employees, durations of contracts, expenditure reports, activity reports, etc.) 10 C. Qualifications and competences of key personnel proposed for the execution of services (10+11) 10. Composition and structure of the team proposed for the execution of the Long Term Agreement and Call-Off Contracts 10.1 Are the proposed roles of the management and the team of key experts suitable for the provision of the necessary services including, but not limited to: - acceptance of the obligations and overall management of the services; - coordination of requirements and execution of undertaken obligations; - sourcing, recruiting, deploying and administering Consultant s employees; - regular update of databases; - provision of administrative support to Consultant s employees for and on behalf of UNOPS; - billing and settlement of all accounts, provision of financial reports, etc Qualifications of the key-experts for provision of the services (shall be assessed based on the submitted CVs) 11.1 Senior Manager and/or a Committing officer (main focal person/counterpart for UNOPS for the services) 11.2 Service Coordinator and/or Contract Manager (responsible for services under one or more Call-Off Contracts) 11.3 Recruiters and HR experts Operations Manager (responsible for Admin, Finance, Procurement, Travel and Logistics services) 11.5 Security Officer (liaison with local authorities and UN security) 4 A proposal shall be rejected at this stage if it fails to achieve the minimum technical threshold of [70%] of the obtainable score of 180 points for the technical proposal Page 12 of 53

13 (2) STAGE TWO: Evaluation of Financial Proposals (a) (b) (c) (d) RFP: UNOPS-AFG-RFP Section 3: Instructions to Offerors The financial proposals will be opened only for those Offerors whose technical proposal meets the minimum technical threshold of 70% (126 Points) of the obtainable 180 points for the technical proposal. Proposals scoring the above threshold shall be checked for any arithmetic errors in computation and summation. Any arithmetical errors are corrected without prejudice to the Offeror as follows: - where there is a discrepancy between the unit rate and the total amount derived from the multiplication of the unit rate by the corresponding quantity, the unit rate shall prevail and the total amount shall be corrected, unless in the opinion of UNOPS there is an obvious error in the unit rate, in which event the total amount as quoted shall prevail and the unit rate shall be corrected. - If there is a discrepancy between words and figures the amount in words will prevail. Amounts corrected in this way shall be binding on the Offeror. If the Offeror does not accept them, its proposal shall be rejected. If quoted in a currency other than United States Dollars (USD), for comparison and evaluation purposes, UNOPS will convert the proposal amount into USD at the official UN rate of exchange in force at the proposal submission date. The maximum number of points for the financial component is 120 points. This maximum number of points will be allocated to the lowest Financial Proposal. All other Financial Proposals will receive points in inverse proportion according to the following formula: Points for proposal being evaluated = Lowest price Price of proposal being evaluated X Maximum number of points Example: Offeror A s price of USD is the lowest. Offeror A receives 120 points. Offeror B s price is $ Offeror B receives ($10/$20) x 120 = 60 points. (3) STAGE THREE: Identification of the winning offer: A total score obtained including both technical and financial proposals is calculated for each offer. The offer obtaining the overall highest score is the winning offer. This offer is considered to be the most responsive to the needs of UNOPS and activity concerned Evaluation of lots: If services/works are divided into multiple lots, evaluation will be made based on responsiveness to requirements of each lot and the total cost of each lot, taking into consideration the possibility of UNOPS contracting separately for each lot Interview: After having established its written provisional conclusions but before concluding the evaluation, UNOPS may interview the Offeror presenting the overall best proposal (technical and financial) with the objective of verifying the information provided in the Offeror s proposal. The date and time of any such interview will be confirmed and notified to the Offeror in advance. If the interview proves that the Offeror is not able to stand by his/her proposal, the offer will be rejected, and a new interview be conducted with the Offeror presenting the next best offer. All Offerors interviewed will be forwarded with the same requirements Background check: After completion of the evaluation but prior to award, UNOPS reserves the right to conduct background checks of Offerors firms and to reject Offerors not deemed to have the capacity to perform the contract to the satisfaction of UNOPS. Offerors shall permit UNOPS representatives to access their facilities at any reasonable time to inspect the Offeror s premises Negotiations: UNOPS may enter into contract negotiations with the firm/institution obtaining the highest overall score after adding the score of the technical proposal and the financial proposal. Such negotiations do not constitute an award of contract. Page 13 of 53

14 Section 3: Instructions to Offerors 7 Award of Contract 7.1. Award criteria: Based on the results of this formal solicitation process UNOPS intends to enter into non-exclusive long-term agreement(s) (LTA) with the successful Offeror(s) for the provision of an indefinite quantity of the specified services in support of UNOPS operations in Afghanistan. A Long Term Agreement may be awarded to the Offeror whose proposal obtained the overall highest score and found to have the capacity to perform the services to the satisfaction of UNOPS following the interview and background check processes. Should negotiations have been entered into, award is also subject to completion of successful negotiations. Notwithstanding the above, UNOPS reserves the right to accept or reject any proposal, and to cancel the solicitation process and reject all proposals, at any time prior to the award of contract, without thereby incurring any liability to the affected Offeror or Offerors or any obligation to inform the affected Offeror or Offerors of the grounds for UNOPS action Notification of award: Prior to the expiration of the period of proposal validity UNOPS will notify the successful Offeror in writing by or letter, that its proposal has been accepted. The notification of award will constitute the formation of the contract. Please note that the Offeror will be required to complete registration on the UNGM prior to the signature and finalization of the contract Signing of contract: At the same time as UNOPS notifies a successful Offeror that its proposal has been accepted, UNOPS will invite the Offeror, provided the Offeror is successfully registered on the UNGM, to sign the final version of the Contract Form provided in the solicitation documents, incorporating all agreements between the parties. In case the Contract has been sent to the successful Offeror by mail or electronically, within 7 days of receipt of the Contract, the successful Offeror shall sign, date, and return it to UNOPS Performance Security: Within 10 (Ten) days of receipt of the Contract from UNOPS, the successful Offeror, if required, shall furnish the Performance Security using for that purpose the Performance Security Form included in the RFP or another Form acceptable to UNOPS. Failure of the successful Offeror to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Proposal Security. In that event UNOPS may award the Contract to the next highest scored Offeror, who is determined by UNOPS to be qualified to perform the Contract satisfactorily Publication of Contract Award: UNOPS shall publish in UNOPS website the following information: the Contract Number, the Date, the Description of the Goods/Services procured; the Supplier Name and Country; the Beneficiary Country and the Contract Value. After publication of the award, unsuccessful Offerors may request in writing to UNOPS for a debriefing seeking explanations on the grounds on which their bids were not selected. UNOPS shall promptly respond in writing to any unsuccessful Offeror who, after Publication of contract award, requests a debriefing. 8 Agreement terms 8.1. Special conditions: Any LTA awarded as a result of this RFP shall be governed by UNOPS contract terms for professional services effective on the date the contract is issued. UNOPS' policy is not to waive UNOPS contract terms for professional services, except in unusual situations where the Offeror fully explains in the proposal that there are special circumstances justifying the application of special conditions for the contract performance. In such a case, Offerors must express a request of special conditions, if any, to UNOPS contract terms for professional services at the time they submit their proposal. The requested special conditions shall be considered being an integral part of their proposal, which shall be evaluated as such by UNOPS. Any request of special conditions which is expressed after the deadline for the submission of proposals shall not be honoured by UNOPS Agreement terms: In the event of UNOPS signing LTA(s), the following shall apply: Page 14 of 53

15 Section 3: Instructions to Offerors a) The Consultant shall accord the same terms and conditions to any other organisation within the United Nations System in Afghanistan that wishes to avail of such terms, after written consent from UNOPS. b) The agreement shall be valid for 3 (Three) years from the date when both parties have signed the LTA with an option for further extensions for up to 36 months in total at UNOPS discretion. c) The services specified in may not be reached or may be exceeded during the period of the agreement. UNOPS will not be committed to purchase any minimum quantity of the Services, and purchases will be made only if and when there is an actual requirement. UNOPS shall not be liable for any cost in the event that no purchases are made under any resulting LTA. d) UNOPS reserves the right to introduce minor modifications to, increase or decrease the scope of services without any change in the unit prices or other terms and conditions of the proposal and the solicitation documents. e) The prices of the Services shall be fixed ceiling prices for the initial 12 months period. The Consultant has the right to review its prices every 12 months thereafter and shall notify UNOPS in writing 90 (Ninety) days prior to the 12-months period of a proposed price decrease or increase. The Consultant shall provide proper justification for any price increase. Under no circumstances the price increase shall be higher than 5% per annum. UNOPS shall be entitled to either accept the price decrease / increase or to cancel the LTA, and shall notify the Consultant in writing of its decision. f) All reductions in market prices mandated by the providers will be passed on in full to UNOPS. 9 Payment terms 9.1. Time of payment: UNOPS' general policy is to pay for the performance of contractual services rendered or to effect payment upon the achievement of specific milestones described in the contract. UNOPS shall effect payments to the Consultant after acceptance by UNOPS of the invoices submitted by the Consultant, upon achievement of the corresponding milestones. UNOPS will normally effect payment within 30 days after receipt of such invoices and payment documentation, and acceptance of corresponding deliverables Letter of credit: UNOPS will not provide Letters of Credit to cover payment obligations Currency of payment: Payment will be made in the currency in which the Long-term Agreement is issued Advance payment: UNOPS' policy is not to grant advance payments, except in unusual situations where the potential Consultant specifies in the proposal that there are special circumstances warranting an advance payment. UNOPS, at its discretion, may however determine that such payment is not warranted or determine the conditions under which such payment would be made. In any case where an advance payment for USD 100,000 or more is requested and subsequently approved, UNOPS will require a bank guarantee or other suitable security arrangement. UNOPS may also require a security for advance payment below USD 100,000. Any request for an advance payment is to be justified and documented and must be submitted with the financial proposal. This justification shall explain the need for the advance payment, itemize the amount requested and provide a time-schedule for utilization of said amount. In addition, Offerors must submit documentation regarding their financial status - e.g. audited financial statements at 31 December of the previous year and include this documentation with their financial proposal. Further information may be requested by UNOPS at the time of finalizing the contract negotiations with the selected Offeror. Page 15 of 53

16 Request for proposal for the Provision of Human Resource Services for UNOPS Afghanistan RFP No.: UNOPS-AFG-RFP LIST OF ACRONYMS: AL CE CEC CV DSA EDD HR IAIG ICA IT LTA RO RFP SL SOP TOR UN UNJSPF UNOPS USD VA Annual Leave Consultant s Employee Consultant s Employee Contract Curriculum Vitae Daily Subsistence Allowance Expected Date of Delivery Human Resources Internal Audit and Investigations Group Individual Contractor Agreement Information Technology Long-term Agreement Responsible Officer Request for Proposal Sick Leave Standard Operating Procedures Terms of Reference United Nations United Nations Joint Staff Pension Fund United Nations Office of Project Services United States Dollars Vacancy Announcement Page 16 of 53

17 1. BACKGROUND AND JUSTIFICATION RFP: UNOPS-AFG-RFP The United Nations Office for Project Services was set up under UN General Assembly decision GA/48/501 and became a separate self-financing entity within the UN system on 1 st January UNOPS governing body, the Executive Board, has mandated UNOPS to support United Nations agencies, funds and programmes, International Financial Institutions, governments and nongovernmental organizations with the implementation of their programmes. The UNOPS Afghanistan ( hereinafter referred to as UNOPS ) has been established as an organizational mechanism to deliver a range of projects for which UNOPS has been designated as the implementing agency. At present, UNOPS is implementing a number of projects in a range of sectors in many geographic locations (including very remote areas) of Afghanistan. As with any organization, the success of UNOPS operations is critically dependant on the engagement of competent and qualified personnel. However, some projects require mass recruitment and deployment of personnel for conducting surveys and campaigns covering large and remote areas, for which UNOPS own capacity is insufficient. Also, UNOPS compliance with the UN s security guidelines often does not permit personnel directly contracted by UNOPS to be deployed to some remote areas. These constraints can prevent UNOPS from delivering projects to the standard it requires in post-conflict and post-disaster environments. 2. OBJECTIVE UNOPS is now looking for suitably qualified and experienced company (hereinafter referred to as Consultant ), which can assist in effectively delivering UNOPS programmes and projects by providing Human Resource Services (hereinafter referred to as Services ) for the deployment of locally recruited qualified and competent personnel (hereinafter referred to as Consultant s employees and CE ) and supporting them administratively and technically. The services shall include, but shall not be limited to sourcing, hiring, management of compensations, benefits and entitlements, and provision of all the necessary administrative and technical support to employees. 3. MINIMUM QUALIFICATIONS REQUIREMENTS FOR THE CONSULTANT In line with its objective, UNOPS intends to sign a Long Term Agreement (hereinafter referred as Agreement ) for the provision of services under consideration in all the provinces of Afghanistan with an Offeror that shall possess the following qualifications and whose proposal shall best meet the requirements, as set out in this Terms of Reference: (a) (b) (c) (d) Sound general organizational capability and demonstrated ability to provide the services under consideration. The following statistical data will have to be provided: Key clients and their contact details (to be contacted for reference checks); Company s organogram with details of qualifications of management staff; Number of technical and support personnel in the existing database of the Offeror; Litigation and arbitration history of the Offeror does not bear any potential reputational or other risks for UNOPS or other United Nations organizations and specialized agencies. The Consultant shall provide information with a sufficient level of detail with regards to any suits and arbitral proceedings in which the Consultant was involved for a time period of 3 years prior to the date of the release of this RFP. Financial indicators prove Offeror s long term sustainability and possession of sufficiently sound financial position to ensure it can meet its financial commitments under the Agreement. The following documents will have to be provided: Audited financial statements for a time period of 3 years prior to the date of the release of this RFP; and/or Proof of tax payments for a time period of 3 years prior to the date of the release of this RFP. Relevant specialized knowledge and capacity. The following information will have to be provided: Page 17 of 53

18 (e) (f) (a) Information about existing recruitment and personnel management systems; Information about automated tools used for Payroll and HR management; Quality control and quality assurance mechanisms and SOPs; Performance evaluation methodology for the deployed technical and administrative personnel; Experience in similar programme/project(s). The following statistical data will have to be provided: Number, value and duration of contracts for similar services over the last 3 years accomplished for UN and other international organisations; Geographical locations where the company s services have been rendered; Have suitably qualified key-experts for provision of the services. The following information will have to be provided: Number of professional recruiters and managers employed on both full and part time basis; A short summary of their qualifications, background and experience; Areas of specialization; Successful projects accomplished; Any other relevant facts and information. Able to maintain adequate Professional Liability Insurance covering the Consultant s services. Professional liability insurance shall cover the Offeror s company, its employees (including, without limitation, the part-time employees), agents or servants for claims arising out of or in connection with the professional services that Offeror shall provide. Liability limits shall conform to industry norms and must be sufficient to ensure provisions of the sub-article c, Article 2, Section I of the model LTA (RFP Section 6). UNOPS expects that each company intending to submit a proposal shall assess the nature and level of risks applicable in the context of the services envisaged under this RFP and, if awarded an LTA, shall obtain such insurance as is necessary to cover such risks. As a general recommendations, the insurance limits should be commensurate with customary limits (or at least the minimum statutory limits, if applicable) in the country of incorporation of the Consultant. 4. SUMMARY OF SERVICES UNOPS may request the Consultant, as needs arise, to deploy its employees (CE) for the fulfilment of specific tasks and performance of specific duties in any location (including the most remote areas) within Afghanistan. The Consultant shall be responsible to provide suitably qualified employees for any and all positions that may be required by UNOPS and support them administratively and technically. Service request: As needs for any position arise, UNOPS Hiring Unit will draft the Terms of Reference according to its requirements and will communicate its request to the Consultant. Such request shall be in writing in the form of Service Request Form (see RFP Section 4: TOR, Annex II), specifying the required services of the Consultant, category and level of the required Consultant s employee(s), location of the project, the duration of the requirement for the Consultant s employee(s), the draft Terms of Reference outlining functional and qualifications requirements for the Consultant s employee(s), the proposed fee for the Consultant s employee(s) as well as their benefits and entitlements. Sourcing and selection services: Upon receipt of UNOPS request for services, the Consultant will provide UNOPS with the details of 3 to 5 suitably qualified and available candidates per position within maximum 10 working days from the date of request. Should the proposed candidates be deemed to be unsuitable by UNOPS, the Consultant will provide UNOPS with the details of next 3 to 5 suitably qualified and available candidates and will continue doing so until a suitable Consultant s employee is selected by UNOPS. The proposed candidates shall be either from Consultant s existing database or shall be specifically sourced (e.g through advertisement of the Vacancy Announcement(s) in local media, websites, etc.) in case no suitable candidate is available in Consultant s database. Page 18 of 53

19 The Consultant shall ensure that proposed candidates make themselves available for interview, if necessary. Selection of the candidates shall take place through collaborative efforts of UNOPS and the Consultant. The parties shall assess proposed candidate(s) qualifications either through desk review of the proposed candidate(s) CVs or through interview of the proposed candidate(s), and, upon satisfactory completion of background and reference checks by the Consultant, will approve the selection of the Consultant s employee(s) deemed suitable and qualified for the performance of the required duties. Upon Consultant s confirmation that the selected candidate is medically fit and has accepted to work under the terms and conditions as specified in the Agreement, UNOPS will issue a Call-Off Contract to the Consultant for the services of the selected candidate(s). Deployment and Management services: Upon receipt of Call-Off Contract the Consultant will contract and mobilize the selected candidate(s). Each deployed Consultant s employee shall be provided with all the required HR management and administration services for the effective performance of their functions (e.g. insurances, timely payment of salaries and other benefits and entitlements, maintenance of attendance records, etc.) Administrative support services: If requested by UNOPS, the Consultant shall provide all the necessary logistical and administrative support to the deployed Consultant s employees for the effective performance of their functions (e.g. provision of supplies, tools, equipment and consumables necessary for the performance of employees functions, office space and furniture, transportation services, travel arrangements, etc. as may be necessary). Timelines: Sourcing, selection, hiring and deployment of Consultant s employees shall take place within maximum one month from the date of request. Should any of the deployed Consultant s employees or supplied materials and equipment deemed to be unsuitable by UNOPS the Consultant will provide suitable replacements immediately. Any order against the prospective Agreement shall be made by formal Call-Off Contract(s) issued to the Consultant by an authorized representative of UNOPS. The Call-Off Contract shall set out the terms and conditions for the delivery of services. Each Call-Off Contract shall make reference to the prospective Agreement. UNOPS shall have no obligation to request the Consultant to provide any minimum volume of services during the term of the prospective Agreement. Prospective Agreement shall not accord any exclusivity to the Consultant with respect to the services described herein. UNOPS shall have no limitation on its right to obtain services of the same kind, quality and quantity from any other source at any time. Consultant may be requested to provide the services on terms other than that specified in this document in any location where UNOPS establishes presence for emergency or development projects. Such provision of services would be requested by UNOPS on a case by case basis and, if agreed, such terms shall be recorded, together with any adjusted price, in the Call-Off Contract and that Call-Off Contract shall be governed by such terms as well as the provisions of the prospective Agreement that are not inconsistent with such terms. 5. REQUIRED INPUTS: PARTIES RESPONSIBILITIES 5.1 UNOPS responsibilities UNOPS expects to work in close partnership with the Consultant towards achieving UNOPS objectives. UNOPS therefore intends to support the Consultant s employees administratively for the successful performance of their services. However, it must be noted that the current level of UNOPS presence in various parts of Afghanistan varies from significant to non-existent. In some locations UNOPS maintains significant footprint having offices and dwelling facilities; in other locations UNOPS presence is limited with small to medium sized project offices. Thus, in the event that suitable level of administrative support cannot be provided to the Consultant s employees directly, as determined by UNOPS due to any existing constraints or limitations, the Consultant may, at full discretion of UNOPS, be compensated monetarily for acquiring a similar standard administrative support for its employees. In this spirit, UNOPS intends to provide the Consultant s employees with the following administrative support services or reimburse the Consultant as and Page 19 of 53

20 when considered necessary for the execution of the services undertaken by the Consultant on behalf of UNOPS: (a) (b) (c) (d) (e) Responsible Officer: Prior to the commencement of services for a specific UNOPS project, UNOPS will appoint a Responsible Officer (RO), who shall act as a primary UNOPS point of contact for the Consultant with regards to services for that specific project. Please note: The Responsible Officer will not have authority to authorize any financial commitments. The Authority to enter into financial commitments will reside with the UNOPS Manager approving the Call-Off Contract or his/her designate. Any commitments undertaken by the Consultant that have a financial implication for UNOPS must be pre-approved. Identification cards: UNOPS will supply identification (ID) cards only for those Consultant s employees whose functional responsibilities shall require frequent access to UNOPS and other UN organisations facilities for official business. Consultant s employees, whose work shall not require frequent access to UN operated facilities, may be issued a letter confirming their status and assigned responsibilities by UNOPS, if required. The Consultant shall advise UNOPS in writing within 24 hours of any UNOPS ID card losses. All UNOPS ID cards will remain the property of the United Nations and shall be returned to UNOPS on request, or on contract or Consultant s employee s termination. Office space: only if necessary for the performance of their functions and depending on number of Consultant s employees deployed in a given location, UNOPS will make every effort to provide furnished and equipped office space for them. If such space cannot be provided by UNOPS, the Consultant may be reimbursed for renting a suitable space for its employees at full discretion of UNOPS. In such case all the necessary office equipment and furniture will be either provided by UNOPS or the costs thereof reimbursed to the Consultant on cost plus basis as per 5.1(d) below. All necessary supplies and consumables, which shall include, but not be limited to: furniture, IT, communications (radios and mobile phones) and other specialised equipment and tools as well as their consumables, top-up cards, stationery, etc.. When a need for Consultant s services arises, the Consultant together with UNOPS RO shall assess the requirement for supplies and consumables necessary for the performance of assigned functions by the Consultant s employees in the designated locations. Upon finalisation of requirements UNOPS may either provide the required means from its stock or procure them for the Consultant. Wherever possible, UNOPS will outsource the provision of supplies and consumables to the Consultant on cost plus basis. Title to any equipment, including, but not limited to tools and supplies that may be furnished by UNOPS to the Consultant shall rest with UNOPS and any such equipment shall be returned to UNOPS at the conclusion of the Call-Off Contract, when no longer needed by the Consultant, or at UNOPS' request. Such equipment, when returned to UNOPS, shall be in the same condition as when delivered to the Consultant, subject to normal wear and tear. The Consultant shall be liable to compensate UNOPS for equipment damaged or degraded beyond normal wear and tear. UNOPS property lost, damaged or destroyed by the Consultant shall be restituted from Consultant s account. In case of disagreement or controversy regarding the restitution of any UNOPS property lost, damaged or destroyed in the course of Consultant s services, UNOPS shall create an Investigation Committee composed of two (2) officials from UNOPS and one (1) from the Consultant, whose decision shall be final unless otherwise reversed by UNOPS Management (Head of Support Services or Director/Representative). In case it is determined that Consultant is at fault, the Consultant shall pay UNOPS the cost of the lost, damaged or destroyed item(s); in case of non-payment, UNOPS shall withhold the respective amount from the Consultant s invoices. Transportation services: Duty related ground transportation services within the country will be provided by UNOPS wherever available. In the event that suitable vehicles cannot be provided due to non-availability or other reasons, as determined by UNOPS, the Consultant Page 20 of 53

21 (f) will, at the discretion of UNOPS, be reimbursed for the rental of vehicles of a similar standard on cost plus bases. Access to UN medical facilities, if available at the location of services: Access to UN medical facilities shall be provided only for emergency cases. 5.2 Consultant s responsibilities The Consultant shall be responsible for the part or complete set of actions necessary for the provision of the services, including, but not limited to, sourcing, selection and hiring of Consultant s employees, deployment of Consultant s employees in the respective locations to serve UNOPS needs, debriefing and training of Consultant s employees with regards to required Code of Conduct and Standards of Performance, organization of job related trainings for the Consultant s employees together with UNOPS, ensuring safety and security for the Consultant s employees in every duty station, provision of full-time HR administration and payroll services for the Consultant s employees, provision of crisis management & medical evacuation services for the Consultant s employees whenever necessary, performance monitoring of all Consultant s employees, provision of insurance packages for the Consultant s employees in compliance with Call-Off Contract requirements, administrative support of Consultant s employees whenever required (rent of offices, provision of transport services, supplies and consumables, etc.), and liaison with UNOPS RO(s) on any issues or concerns that arise during the performance of services. The Consultant shall also be responsible for submitting all necessary reports to UNOPS on timely manner. The Consultant shall be fully responsible for any Sub-Contractor that may be employed for the execution of services or parts thereof in various parts of the country. There will be no contractual relationship between UNOPS and any Sub-contractor used by the Consultant. The Consultant shall be the sole responsible party for any element of the Agreement and respective Call-Off Contract(s), regardless of any arrangements it may have with any Sub-Contractor. In this spirit, UNOPS expects that Consultant s services shall include, but not limited to, selected parts or complete set of the following services: (a) (b) Sourcing and selection of candidates for each assignment through efficient, competitive, merit based recruitment service (in coordination with UNOPS, where necessary). The Offeror shall describe with sufficient level of details how it aims to provide these services, including, but not limited to: Description of the existing processes and procedures for sourcing and hiring candidates with requisite qualifications and experience; Size and type of its database of candidates, list of requirements for inclusion of individuals into Consultant s database, methods used to attract new qualified individuals to replenish the database; Sourcing of candidates from its existing database; Sourcing of candidates in cases when suitable candidates cannot be sourced in Consultant s existing database; Methods used for background check of the proposed candidates; Full information about sub-contracted parties or partner entities involved in performance of these services, their roles and responsibilities, etc.; Any other relevant information. Please note: The successful Offeror shall be required to develop a Standard Operating Procedures for sourcing and selection of candidates within 30 days from the day of Notice of Award. The SOP shall comply with the applicable provisions of the Terms and Conditions for the deployment of Consultant s employees (RFP Section 4: TOR, Annex I). Timely contracting and deployment of Consultant s employees to designated duty station(s). The Offeror shall describe with sufficient level of details how it aims to provide these services, including, but not limited to: Description of the existing processes and procedures for contracting and deployment (mobilization) process of the selected candidates; Page 21 of 53

22 (c) (d) (e) Full information about sub-contracted parties or partner entities involved in performance of these services, their roles and responsibilities, etc.; Any other relevant information. Initial briefing/induction training for Consultant s employees, as necessary, depending on the complexity of the assignment. The Offeror shall describe with sufficient level of details how it aims to provide these services, including, but not limited to: Description of the existing training capabilities, induction methods and packages, inhouse trainers; Access to specialized training courses; Full information about sub-contracted parties or partner entities involved in performance of these services, their roles and responsibilities, etc.; Any other relevant information. Provide or negotiate for insurance policies for each Consultant s employee covering: (i) Adequate Service-Incurred Illness, Injury, Death and Permanent Disability Insurance (according to RFP Section 4: TOR, Annex I, sub-section 9.1); (ii) Adequate insurance for injury, death or disability resulting from Malicious Acts in the Country of Services (according to RFP Section 4: TOR, Annex I, sub-section 9.2); (iii) Health insurance including medical evacuation (according to RFP Section 4: TOR, Annex I, sub-section 9.1); The Offeror shall describe with sufficient level of details how it aims to provide these services, including, but not limited to: Description of the existing processes and procedures; Full information about sub-contracted parties or partner entities involved in performance of these services, their roles and responsibilities, etc.; Brief description of conditions and limits of the provided insurances; Brief description of arrangements related to medical evacuation for the Consultant s employee(s) in case of any injury/health problems during the assignment; Any other relevant information. HR Management, which shall include, but not be limited to: (i) Maintenance of employees personal files and keeping all the recruitment, contract and performance management related records up-to-date at all times; (ii) Absence management and preparation of attendance records on timely manner; (iii) Management of payroll (wages, bonuses (if any), and deductions); (iv) Management of entitlements and benefits (overtime, annual leave, sick leave, etc.); (v) Performance monitoring. The Offeror shall describe with sufficient level of details how it aims to provide these services, including, but not limited to: Description of the existing processes and procedures; Involvement of existing infrastructure in various parts of the country for handling necessary duties including, but not limited to: - Administration of employees contracts in accordance with prospective Agreement and Call-Off Contract(s) - Monitoring and proper maintenance of employees leave and attendance records; - Preparation of employees payroll and ensuring its consistency with attendance records; - Timely settlement of employees payments (salaries, wages, per-diems, etc.); - Performance monitoring of all employees through personal contact and correspondence and regular reporting to UNOPS on the progress/delivery rate of each employee; Page 22 of 53

23 (f) (g) - Liaison with UNOPS ROs on any issues or concerns that arise during the deployment of Consultant s employees and their termination or replacement, if deemed necessary by UNOPS; - Legal protection of employees in case of any legal claims or litigation; - Support initiatives on knowledge sharing and capacity building for the Consultant s employees; Full information about sub-contracted parties or partner entities involved in performance of these services, their roles and responsibilities, etc.; Any other relevant information. Please note: The successful Offeror shall be required to develop a purpose-built HR Manual for managing the Consultant s employees within 30 days from the day of Notice of Award. The HR Manual shall comply with the applicable provisions of the Terms and Conditions for the deployment of Consultant s employees (RFP Section 4: TOR, Annex I). Safety and security for Consultant s employees. The Consultant, its employees, agents, servants, sub-contractors or independent contractors shall not be subject to UN security rules and movement restrictions in any location within Afghanistan and UNOPS under no circumstances shall be held responsible for their safety and security. The Consultant shall be responsible for undertaking the measures considered appropriate and necessary for the security and safety of all Consultant s employees that shall be deployed for the provision of services under the prospective Agreement and Call-Off Contract(s). Administrative support for Consultant s employees. When a need for Consultant s services arises, the Consultant together with UNOPS Responsible Officer shall assess the required administrative support necessary for the performance of assigned functions by the Consultant s employees in the designated locations. Upon finalisation of requirements UNOPS shall first provide whatever it can and then request the Consultant to provide the remaining components of the required administrative support on cost plus basis. In particular, the Consultant s responsibilities shall include, but not be limited to: (i) Office space (see 5.1(c) above); (ii) Supplies and consumables (see 5.1(d) above); (iii) Transportation services (see 5.1(e) above); (iv) Organisation of all official duty travels for the Consultant s employees; (v) Organisation/logistics of job trainings for Consultant s employees in consultation with UNOPS; (vi) Other logistical support as may be necessary from time to time. Any commitment undertaken by the Consultant that has a financial implication for UNOPS must be pre-approved. UNOPS shall not take any responsibility for Consultant s expenses incurred in the course of service provision, if not pre-approved by UNOPS. If administrative support to Consultant s employees is requested as part of the services, the Consultant shall first provide UNOPS with at least written 3 written quotations from different sources obtained in compliance with Consultant s Procurement Manual or SOP. Once approved by UNOPS, the Consultant shall then contract the selected vendor and deliver the services for or on behalf of UNOPS. Invoicing shall be done on the basis of actual vendor s invoice plus Consultant s overhead. The Offeror shall describe with sufficient level of details how it aims to provide these services, including, but not limited to: Description of the existing processes and procedures (SOPs on procurement, travel management, etc.); Full information about sub-contracted parties or partner entities involved in performance of these services, their roles and responsibilities, etc.; Any other relevant information. Page 23 of 53

24 (h) Please note: The successful Offeror shall be required to develop a purpose-built Procurement Manual and SOPs for the provision of administrative support for Consultant s employees within 30 days from the day of Notice of Award. The Procurement Manual or SOP shall comply with the principles of public procurement. The successful Offeror may use the applicable provisions of UNOPS Procurement Manual on Shopping and RFQ processes for guidance when developing its own Procurement Manual. Provision of any other related service as may be requested by UNOPS from time to time. The Offeror shall describe with sufficient level of details what other services associated with human resource services it can provide, including, but not limited to: Description of services, The existing processes and procedures for the provision of those services; Any other relevant information. 6. LEGAL STATUS, RIGHTS AND OBLIGATIONS OF THE CONSUTANT S EMPLOYEES The Consultant s employees shall be deployed according to the terms and conditions stipulated in the Terms and Conditions for the deployment of Consultant s employees attached hereto as Annex I (see RFP Section 4: TOR, Annex I). The rules and procedures set forth in this document follow the UNOPS Individual Contractor Agreement Policy (except for UN Security standards that do not apply to Consultant s employees) in order to accord the service conditions of the Consultant s employees with those directly employed by UNOPS and to ensure fair treatment of Consultant s employees in line with UN HR principles on personnel selection and overall administration. 7. PERFORMANCE MANAGEMENT AND REPORTING REQUIREMENTS 7.1 Performance security: Upon placement of a Call-off Contract for services, the Consultant may be requested to furnish a Performance Security in the form of Bank Guarantee in the amount equal to 10% (Ten percent) of the total Call-off Contract amount. The period of validity of Performance Security shall be equal to Call-off Contract s period of validity plus 3 months. The performance security may be executed in case of Consultant s non-performance or failure to compensate for losses or damages caused to UNOPS property. In case the amount of the Call-off Contact changes substantially due to increase or decrease of the Consultant s scope of services, the Performance Security shall be accordingly amended or replaced. 7.2 Wage security: Upon placement of a Call-off Contract for services, the Consultant, in addition to Performance Security, may be also requested to furnish a Wage Security in the form of Bank Guarantee in the amount equal to respective employees wages for one month. The period of validity of Wage Security shall be equal to Call-off Contract s period of validity plus 3 months. The Wage Security may be executed in case the Consultant fails to pay its employees for their services performed for UNOPS. In case the Consultant s workforce changes substantially due to increase or decrease of Consultant s scope of services under the respective Call-off Contract, the Wage Security shall be accordingly amended or replaced. 7.3 Performance evaluation meetings: The Consultant shall be required to meet at least weekly with the RO or her/his representative during the first month of the Call-off Contract and thereafter monthly to review the implementation of the respective Call-off Contract and other related matters. 7.4 Reporting: At the beginning of each quarter (April, July, October and January [of the following year]) the Consultant shall provide a Quarterly report on the use of the Agreement by UNOPS projects and other organisations of the United Nations system to UNOPS Afghanistan. These quarterly reports shall be as per the below format. Page 24 of 53

25 Call-Off Contracts under LTA UNOPS-AFG-RFP Jan 201X to Sep 201X Issuing office COC date COC No. Location of Services COC Amount GRAND TOTAL: In addition to above, the Consultant may be requested to submit daily, weekly, monthly, quarterly, semi-annual and annual progress reports under each Call-Off Contract. The frequency as well as format of the reports shall be discussed and agreed between UNOPS and the Consultant at the time of signing the respective Call-off Contract. 8. REMUNERATION OF CONSULTANT S SERVICES 8.1. Remuneration of the Consultant for the provided services shall comprise of the following elements: (a) (b) (c) (d) Sourcing and selection of Consultant s employees for the provision of services as described in clause 5.2(a). Remuneration of this element shall be one-time fee payment per deployed Consultant s employee for the provision of services. Deployment and management services as described in clauses 5.2(b) to 5.2(f) (inclusive). Remuneration of this element shall be by monthly payment per deployed Consultant s employee. In case the services or parts thereof were provided through deployment of a Consultant s employee for a period of less than one month or on part-time basis, the Consultant s monthly payment shall be calculated based on Consultant s daily fee multiplied by the number of days of deployment of the Consultant s employee s during the respective month. Administrative support services as described in clause 5.2(g). Remuneration of this element shall be by percentage overhead to be paid on top of actual expenses made for UNOPS in a calendar month. Reimbursable costs: costs related to and directly arising from Consultant s services: (i) Wages in order to ensure that Consultant s employees are fairly compensated UNOPS shall use the CBR Salary Scale which applies to all national World Bank funded project staff as endorsed by the Government. The payment of Consultant s employees wages must take place not later than 5 th day of every month, even if, for some reason or the other, the Consultant fails to invoice UNOPS on time or Consultant s payment gets delayed by UNOPS. The Consultant and its employees shall be responsible for the payment of all applicable taxes and levies on their income. (ii) Actual costs of insurances for the Consultant s employees; (iii) Actual costs of services, supplies, tools, equipment and consumables purchased for or on behalf of UNOPS for the Consultant s employees in compliance with section 5.2(g) To consider the economies of scale the Consultant shall offer its rates for remuneration elements described in 8.1(a) to 8.1(c) in ranges depending on the number of deployed Consultant s employees and volume of purchases made for UNOPS as per the below tables: Remuneration Element (a) Sourcing and selection of Consultant s employees for the provision of services (as described in clause 5.2(a)) Number of required Consultant s employees ,000 1,001 2,000 above 2,000 Consultant s one-time fee per Consultant s employee (USD) Page 25 of 53

26 Remuneration Element (b) Deployment and management services (as described in clauses 5.2(b) to 5.2(f) (inclusive)) Remuneration Element (c) Administrative support services (as described in clause 5.2(g)) Number of deployed Consultant s employees ,000 1,001 2,000 above 2,000 Amount of total expenditure in a calendar month Up to USD 1,000 USD 1,000 to 4,999 USD 5,000 to 49,999 Over USD 50,000 RFP: UNOPS-AFG-RFP Consultant s overhead (% of total monthly wages) Consultant s overhead (% of total expenditure in a calendar month) Applicability of ranges for remuneration elements (a) and (b) shall depend on the number of Consultant s employees deployed under a given Call-Off Contract, i.e. there will be no accumulation across different Call-Off Contracts. However, if the Consultant achieves economies of scales by implementing two or more Call-Off Contracts concurrently, parties may jointly agree to apply a fee range that would be applicable to the accumulated number of deployed Consultant s employees to all affected Call-Off Contracts. Similarly to the above provision, applicability of ranges for remuneration element (c) shall depend on the amounts of monthly purchases under a given Call-Off Contract, i.e. there will be no accumulation across different Call-Off Contracts. However, if the Consultant achieves economies of scales by implementing two or more Call-Off Contracts concurrently, parties may jointly agree to apply a fee range that would be applicable to the accumulated amount of monthly purchases to all affected Call-Off Contracts The below provided hypothetical requirement shall be used for the purposes of evaluation of Offerors financial proposals. The requirement of UNOPS Project 1: (a) Number of required Consultant s employees: 250 persons. (b) Duty stations: All 34 provinces (c) Duration of services: 12 months (d) Average monthly salary: USD 1,200 (US Dollars One Thousand Two Hundred only). This amount is net payable amount to Consultant s employees, i.e. any relevant income tax needs to be added. (e) Consultant s expected average monthly expenses for administrative support (see 5.2(g) above) shall be USD 20,000 (US Dollars Twenty Thousand Only). (f) All required insurances are to be provided by the Consultant. Required Services A. Sourcing and Selection B. Deployment and management services C. Administrative support services Reimbursable costs: 1. Wages of Consultant s employees 2. Consultant s expenses for administrative support 3. Service-Incurred Illness, Injury, Death and Permanent Disability Insurance 4. Malicious Acts insurance 5. Health insurance including medical evacuation Page 26 of 53

27 The requirement of UNOPS Project 2: (a) Number of required Consultant s employees: 15 persons. (b) Duty station(s): Kabul (c) Duration of services: 6 months (d) Average monthly salary: USD 1,500 (US Dollars One Thousand Five Hundred only). This salary is gross amount payable to Consultant s employees. (e) Consultant s expected average monthly expenses for administrative support (see 5.2(g) above) shall be USD 1,500 (US Dollars One Thousand Five Hundred Only). (f) All required insurances are to be provided by the Consultant. Required Services A. Sourcing and Selection B. Deployment and management services C. Administrative support services Reimbursable costs: 1. Wages of Consultant s employees 2. Consultant s expenses for administrative support 3. Service-Incurred Illness, Injury, Death and Permanent Disability Insurance 4. Malicious Acts insurance 5. Health insurance including medical evacuation 8.4. UNOPS shall use the applicable unit rates proposed by the Offerors (as described in paragraph 8.2 above) to calculate the total cost of each Offeror for the requested services according to the case scenario provided in paragraph 8.3 above. Page 27 of 53

28 ANNEX I - TERMS & CONDITIONS FOR THE SERVICES OF THE CONSUTANT S EMPLOYEES 6. GENERAL PROVISIONS 1.1 The Terms and Conditions for the deployment of Consultant s Employees is an integral part of the Agreement. The terms and conditions described in this document have been developed to respond effectively to the dynamic environment in which UNOPS operates, and to ensure rational use of procedures to deploy Consultant s employees throughout the country. The Consultant s employees shall be deployed according to these terms and conditions. 1.2 The rules and procedures set forth in this document follow UN HR principles on personnel selection and administration and the UNOPS Individual Contractor Agreement Policy except for UN Security standards that do not apply to Consultant s employees. This document therefore cannot be governed by national legislation, though consistency of its provisions with the national legislation has been ensured to the extent possible. 1.3 The Agreement is used by UNOPS to procure manpower services through Consultant to perform a specific function, task or deliver a specific piece of work. 1.4 The status of Consultant s employees is governed by Section 3 of this document ( Legal Status, Rights, and Obligations ). 2. DEFINITION AND FUNCTIONS 2.1. Definition of Consultant s employee A Consultant s employee is a person deployed by the Consultant at the request of UNOPS to perform a specific function in his/her home country or place of temporary or permanent residence Functions Consultant s employees shall be deployed by UNOPS for a defined period of time to provide: (i) Support services, such as administrative and secretarial support, driving, maintenance of buildings and grounds, translation and interpretation, skilled and semi-skilled labour; or (ii) Specialist services, such as experts and advisors in various programmatic areas, engineers, etc Support services for the purpose of this document shall mean services where a master s degree or equivalent is not normally required. Specialist services, on the other hand, shall mean services at a level where a master s degree or equivalent would normally be required. 3. LEGAL STATUS, RIGHTS AND OBLIGATIONS 3.1 Legal Status Nothing contained in the Agreement and respective Call-Off Contract(s) shall be construed as establishing or creating between UNOPS and the Consultant the relationship of master and servant, principal and agent or employer and employee; it being understood that the Consultant is an independent contractor in relation to UNOPS. Accordingly, no Consultant s employee deployed by the Consultant in connection with the performance of any obligation under the Agreement and respective Call-Off Contract(s) shall be regarded as an agent, servant, employee, contractor or consultant of UNOPS, and the Consultant shall be solely responsible for all claims by such Consultant s employees arising out of or in connection with their deployment by the Consultant. The Consultant shall inform its employees of the foregoing Consultant s employees shall recognize and accept that they are not entitled to any benefit, payment, subsidy, compensation, entitlement, or pension from UNOPS except those explicitly provided for in the Agreement and respective Call-Off Contract(s). Page 28 of 53

29 3.1.3 Consultant s employees must comply with the applicable, legal requirements of all relevant locations, including but not limited to those on taxation, licences, work permits and visas. 3.2 Standards of conduct During the period of service for UNOPS, Consultant s employees are required to uphold the standard of conduct set forth herein Although Consultant s employees do not have the status of United Nations staff members/officials, while working on UNOPS-related activities and in the performance of their assigned functions Consultant s employees shall comply with the standards of conduct required of UN civil servants, except where such standards may be inconsistent with the status of Consultant s employee. Additionally, Consultant s employees shall comply fully with the UN Secretary-General s Bulletin of 9 October 2003 entitled Special Measures for Protection from Sexual Exploitation and Sexual Abuse (ST/SGB/2003/13). Furthermore, the UNOPS Policy on Prohibition of Discrimination, Harassment, including Sexual Harassment, and Abuse of Authority (UNOPS OD-08 (rev 1.)) will apply to Consultant s employees Consultant s employees may be investigated in relation of a duly authorized investigation into allegations of wrongdoing against them and may be considered as being in breach of contract for failure to observe standards of conduct applicable to them Consultant s employees shall acknowledge and agree that any breach of any of the provisions of the Agreement and respective Call-Off Contract(s) and/or any breach or failure to observe the standards of conduct applicable to them shall mean the imposition of different remedies or the termination with immediate effect of their deployment with UNOPS for cause. In addition, nothing herein shall limit the right of UNOPS to refer any alleged breach of the foregoing standards of conduct to the relevant national authorities for appropriate legal action Consultant s employees must cooperate fully and in good faith with an investigation and/or audit arranged by UNOPS Consultant s employees may report allegations of wrongdoing in good faith to the UNOPS Internal Audit and Investigations Group (IAIG) or to their UNOPS RO. If the allegations of wrongdoing relate to workplace harassment and abuse of authority, such allegations may be reported to UNOPS HR Office In the event that the Consultant s employee fears retribution or retaliation after reporting allegations of wrongdoing or cooperating with an audit or investigation, he or she may report the matter to the UNOPS Ethics Officer Consultant s employees are bound by the terms of the Agreement and respective Call-Off Contract(s) to respect the impartiality and independence of the United Nations and UNOPS and exercise the utmost discretion in all matters relating to the performance of their assigned functions. During the period of service for UNOPS, Consultant s employees may not engage in any activity that is incompatible with the performance of their functions for UNOPS. They shall exercise utmost discretion in all matters of official activities of UNOPS Unless authorized in writing by the UNOPS Executive Director or his/her designate, Consultant s employees may not communicate at any time to the media, or to any institution, person, government, or other external entity/authority any information that has not been made public and which has become known to them by reason of their association with UNOPS, nor shall they use such information for private advantage. These obligations shall survive the expiration or termination of their deployment for UNOPS Consultant s employees shall neither advertise nor publicize their association with UNOPS under the Agreement and respective Call-Off Contract(s) nor use the name, emblem, or official seal of UNOPS for commercial purposes or for their personal gain or benefit without the prior written approval of UNOPS. This provision shall survive the expiration or termination of their deployment for UNOPS, but shall not prevent current or former Consultant s employees from mentioning periods worked on UNOPS assignment on their curriculum vitae (CV). Page 29 of 53

30 Consultant s employees shall neither seek nor accept instructions from any authority external to the UNOPS in connection with the performance of their functions. Should any authority external to UNOPS seek to impose any instructions on the Consultant s employees regarding performance of their functions, Consultant s employees shall promptly notify UNOPS and shall provide all reasonable assistance required by UNOPS. Consultant s employees shall not take any action in respect of performance of their functions or otherwise related to the obligations under the Agreement and respective Call-Off Contract(s) that may adversely affect the interests of UNOPS, and Consultant s employees shall perform their functions with the fullest regard to the interests of UNOPS. Consultant s employees shall warrant that they have not and shall not offer any direct or indirect benefit arising from or related to the performance of their functions or the award thereof to any representative, official, employee or other agent of UNOPS. Consultant s employees shall comply with all laws, ordinances, rules and regulations bearing upon the performance of their obligations under the Agreement and respective Call-Off Contract(s). 3.3 Title rights Title to any equipment and supplies that may be furnished by UNOPS to the Consultant s employee or for which the Consultant s employee has been reimbursed by UNOPS for the performance of his/her functions shall rest with UNOPS, and any such equipment shall be returned to UNOPS at the conclusion of the Call-Off Contract or when no longer needed by the Consultant s employee. Such equipment, when returned to UNOPS, shall be in the same condition as when delivered to the Consultant s employee, subject to normal wear and tear, and the Consultant s employee shall be liable to compensate UNOPS for any damage or degradation of the equipment that is beyond normal wear and tear UNOPS shall be entitled to all intellectual property and other proprietary rights, including, but not limited to, patents, copyrights and trademarks, with regard to products, processes, inventions, ideas, know-how or documents and other materials which the Consultant s employee has developed for UNOPS under the Agreement and respective Call-Off Contract(s) and which bear a direct relation to or are produced or prepared or collected in consequence of, or during the course of, the performance of Consultant s employee s functions, and the Consultant s employee acknowledges and agrees that such products, documents and other materials constitute works made for hire for UNOPS. However, to the extent that any such intellectual property or other proprietary rights consist of any intellectual property or other proprietary rights of the Consultant s employee: (a) that pre-existed the performance by the Consultant s employee of his/her functions, or (b) that the Consultant s employee may develop or acquire, or may have developed or acquired, independently of the performance of his/her functions, UNOPS does not and shall not claim any ownership interest thereto, and the Consultant s employee grants to UNOPS a perpetual license to use such intellectual property or other proprietary right solely for the purposes of and in accordance with the requirements of the Agreement and respective Call-Off Contract(s). At the request of UNOPS, the Consultant s employee shall take all necessary steps, execute all necessary documents and generally assist in securing such proprietary rights and transferring or licensing them to UNOPS in compliance with the requirements of the applicable law and of the Agreement and respective Call-Off Contract(s). Subject to the foregoing provisions, all maps, drawings, photographs, mosaics, plans, reports, estimates, recommendations, documents and all other data compiled by or received by the Consultant s employee under the Agreement and respective Call-Off Contract(s) shall be the property of UNOPS, shall be made available for use or inspection by UNOPS at reasonable times and in reasonable places, shall be treated as confidential and shall be delivered only to UNOPS authorized officials on completion of work under the Agreement and respective Call-Off Contract. 3.4 Rights and obligations of the Consultant s employees The rights and obligations of the Consultant s employees are strictly limited to the following: Consultant s employees are specifically deployed in recognition of their skills and expertise, and to provide identified deliverables. Page 30 of 53

31 3.4.2 Consultant s employees, as a rule, have no authority or other rights under the Agreement and respective Call-Off Contract(s) to commit UNOPS to any legal or financial obligation, and no such authority or rights shall be granted to Consultant s employees Services must be performed within the timeframe indicated in the respective Call-Off Contract Consultant s employees cannot supervise UNOPS personnel, but may supervise as many Consultant s employees as required to perform their functions as specified in their Terms of Reference Consultant s employees are responsible for paying any tax on their UNOPS earnings levied by their government or other entities UN Security standards do not apply to Consultant s employees, thus Consultant s employees have no responsibility to abide by security policies, administrative instructions, directives, plans and procedures of the UN Security Management System and that of UNOPS. They must however exercise proper precautions and avoid taking unwarranted risks that jeopardize either their own safety and security or that of colleagues, as well as assets, property and information of UNOPS Consultant s employees are not obliged to follow UN declared movement restrictions or other confinements called for security purposes for the locality where their services are provided, unless deemed necessary by the Consultant or Consultant s employee. If UN movement restrictions or other confinements are observed, no payment for employee s services shall be made by UNOPS for such days. 4. SELECTION This section outlines the rules and procedure to be followed for the selection of Consultant s employees. Selection refers to the process of identifying the best available Consultant s employee for a specific purpose. A competitive selection method shall be used to select a Consultant s employee to perform a specific terms of reference under the Agreement and respective Call-Off Contract. The prerequisites shall be complied with at the start of any selection process. Sub-section 4.1 describes these pre-requisites. 4.1 Pre-requisites for Starting the Selection Process Terms of Reference for Consultant s employee (CE s TOR) is prerequisite for the start of sourcing and selection process of Consultant s employees. It is the definition of needs in terms of the services required, tasks to be performed, etc. UNOPS requirements shall be described in the CE s TOR, using the standard template, and will be the principal guideline for identifying qualified potential candidates, determining fees, evaluating performance, and ultimately certifying that services or activities have been performed satisfactorily, so then fees can be paid. The CE s TOR must be comprehensive and explicit, and will be annexed to, and form an integral part of, the Call-Off Contract. The CE s TOR must clearly reflect the following points: (i) (ii) (iii) (iv) (v) (vi) Function and level of Consultant s employee General context and background; Objectives of the assignment; Scope of work consistent with the budget available and containing a concise and detailed description of services or tasks to be performed; Duration of the assignment, duty station, expected travel and whether the assignment requires partial, intermittent, or full-time presence in the area of operations; Detailed monitoring and progress controls, including reporting requirements, periodicity, format, deadlines, and information about to whom in UNOPS the Consultant s employee will report (e.g. for supervision); (vii) A clear and unequivocal definition of the final product(s) or deliverables (e.g. survey completed, workshop conducted, data collected, reports written, etc); (viii) Payment terms; Page 31 of 53

32 (ix) (x) RFP: UNOPS-AFG-RFP Clear description of the employee s required degree of expertise and qualifications including specialized knowledge, language needs, required experience and necessary competencies. Care shall be taken to ensure that the required qualifications and experience are fully in line with the employee s level; Other relevant information, if applicable. The CE s TOR shall be prepared by the UNOPS Hiring Unit and shall be approved by the relevant UNOPS Procurement Authority prior to being transmitted to the Consultant Service Request shall be submitted by UNOPS to the Consultant specifying at least the following information: (i) UNOPS Hiring Unit and contact person; (ii) UNOPS project number and title; (iii) Duty Station(s); (iv) Number of required Consultant s employees; (v) Function of the Consultant s employee(s): [specialist or support]; (vi) Level of the Consultant s employee(s); (vii) Whether or not Statement for Medical Fitness is required; (viii) The proposed fee for each Consultant s employee; (ix) Expected start date at duty station for the Consultant s employee(s); (x) Confirmation that the requested CE s TOR(s) is attached to the Service Request; (xi) List of services required from the Consultant (which will include one or more of the following): A. Sourcing and Hiring B. Deployment and management C. Administrative support (xii) List of benefits and entitlements that shall be provided to the Consultant s employees. 4.2 Competitive Selection Process UNOPS must follow UN rules, which clearly stipulate that competitive selection procedures must be put in place for all types of procurement/recruitment. Therefore, Consultant s employees shall be selected through a competitive process to ensure openness, transparency, and objectivity as well as deployment of the best-qualified candidates for the assignments. Such procedures shall attempt to identify and consider at least three qualified potential candidates for each assignment Identifying Candidates The Consultant shall make every effort to ensure that women and men have equal opportunities for deployment under the Agreement and respective Call-Off Contract(s) and that a geographical balance among successful potential candidates is achieved. As a standard practice the Consultant shall first source the potential candidates in its established Roster and competition shall be established among least three (3) qualified potential candidates sourced through Consultant s Roster of candidates. In case at least 3 qualified potential candidates cannot be sourced in Consultant s Roster, the vacancy for the position should preferably be advertised on the Consultant s website and/or local media, such as newspapers. Where feasible, vacancies could also be distributed in any other manner that encourages the most useful responses, e.g. on radio, on websites of other organizations, etc Getting Applications (i) If potential candidates are identified through Consultant s Roster: The job requirements / CE s TOR shall be forwarded to the identified individuals. Those interested and available for the assignment are asked to provide an updated CV, if Consultant does not already have this information on file and cannot immediately avail it to UNOPS for evaluation. (ii) If the vacancy is advertised, applicants shall submit an application including a letter of interest and a complete CV. Page 32 of 53

33 4.2.3 Evaluating Applications RFP: UNOPS-AFG-RFP The evaluation method can either be by interview or by desk review as described below: (i) If candidates are identified through Consultant s Roster: - The UNOPS Hiring Unit can choose to evaluate the identified qualified candidates through either desk review or interview. In both cases the process to be followed is identical to that for advertised vacancies (described below). (ii) If the vacancy is advertised: After the closing date established in the Vacancy Announcement (VA) all applications shall be evaluated by the Consultant in accordance with the criteria stated in the VA. A list of all applicants, indicating who have been long-listed (those who meet minimum job requirements as stated in the vacancy announcement) shall be prepared; The Consultant shall prepare a shortlist of the best three to five (3-5) candidates based on the criteria stated in the VA and shall transmit the short-list to UNOPS Hiring Unit. The long-list shall be updated by the Consultant to indicate for each unsuccessful applicant the reasons why they were not short-listed; The UNOPS Hiring Unit shall then choose to evaluate applications either through carrying out a desk review or an interview process. In both cases, and prior to reviewing the applications, the UNOPS Hiring Unit shall prepare an evaluation grid listing evaluation criteria as described in the VA. When applications are evaluated through a desk review the UNOPS Hiring Unit shall establish a review team preferably consisting of an HR person, a technical specialist and the Hiring Manager. The review team shall assess and rate each shortlisted candidate based on his/her letter of interest and CV using the evaluation grid. Background and Reference checks shall be conducted by the Consultant for the successful candidate(s). When applicants are evaluated through an interview, the interview panel (ad hoc established by the UNOPS Hiring Unit and preferably consisting of an HR person, technical specialist and the Hiring Manager) shall agree - prior to the interviews - on the questions the candidate should be asked and the skills and knowledge that candidates are expected to demonstrate in response thereto. Questions should clearly relate to the established evaluation criteria. In order to ensure fairness, candidates shall be asked a comparable set of questions during the interview. The interview panel shall assess and rate shortlisted candidates based on their letters of interest and CV and their performance at the interview by use of the evaluation grid. Background and reference checks shall be conducted by the Consultant for the successful candidate(s). The Consultant shall ensure that Candidates shortlisted for interview shall be informed at least twenty-four (24) hours in advance of the interview. Upon completion of the desk review/interview and any necessary background 1 and reference checks, the panel members/review team shall discuss all the candidates and agree on the most suitable candidate(s), i.e. the candidate(s) obtaining the highest score(s). The candidate(s) receiving the highest score(s) shall be the recommended candidate(s) and name(s) shall be communicated by UNOPS to the Consultant for deployment subject to provision of Statement of Medical Fitness for Work described in sub-section 4.3 below, if required. 1 The recommended candidate for deployment under the Call-Off Contract must be without criminal and/or police records as evidenced by security clearance issued by relevant government agency. Copy of the said security clearance must be submitted by the Consultant to UNOPS prior to the effective date of each employee s deployment under the Agreement and respective Call-Off Contract. Page 33 of 53

34 4.3 Statement of Medical Fitness for Work RFP: UNOPS-AFG-RFP If required by UNOPS, the recommended candidate shall obtain a Statement of Medical Fitness for Work from a recognized physician and take full responsibility for the accuracy of that statement. When attestation of medical fitness for work is requested, copy of the said statement must be submitted by the Consultant to UNOPS prior to the effective date of each employee s deployment under the Agreement and respective Call-Off Contract Costs related to obtaining a Statement of Medical Fitness will be borne by the Consultant for the selected candidates. 4.4 The selected candidate If for any reason agreement cannot be reached with the best qualified candidate, the Consultant shall be permitted to negotiate with the second best candidate (the candidate obtaining the second highest score), provided that the second candidate s qualifications are at or above the minimum threshold. In cases where a competitive process did not result in applications from qualified individuals, but a candidate was identified who could perform the functions partially and at a lower level, the CE s TOR shall be revised by UNOPS Hiring Unit to reflect the lower level and the identified candidate shall be selected at the fee set at the lower level. 5. ENGAGING FORMER AND RETIRED UN STAFF MEMBERS In selection and deployment of Consultant s employees, it is important to note that the deployment of candidates who currently work or previously worked as UN staff members is subject to special rules. This section briefly summarizes those rules. 5.1 Conditions for Engaging Former and Retired United Nations Staff Former UN staff members may be deployed under the Agreement and respective Call-Off contract provided they did not separate from UN for any of the following reasons: (vi) Abandonment of post; (vii) Dismissal for misconduct; (viii) Non-renewal of appointment for unsatisfactory service; (ix) Termination of appointment for unsatisfactory service, or (x) Resignation in lieu of disciplinary action Before engaging former UN staff members, the Consultant shall check the reasons for their separation with Human Resources Department of UNOPS. 5.2 Break in service Any offer of deployment under the Agreement and respective Call-Off Contract(s) to UN staff members who have separated by resignation or contract completion must be made after a break in service of at least one (1) month UN interns and volunteers shall not be subject to a mandatory break when moving from an internship or volunteer post to a deployment under the Agreement and respective Call-Off Contract(s) When a former and retired UN staff member returns to service through deployment under the Agreement and respective Call-Off Contract(s), the Consultant shall follow UN rules pertaining to re-engagement of such former or retired staff members. According to the rules applicable at the time of issue of this Policy the following restrictions apply: (i) Re-engagement of former staff members shall begin only after a period of at least three (3) months has elapsed since the date of retirement; (ii) If the separation from UN System was an agreed termination, the former UN staff member to be deployed under the Agreement and Call-Off Contract(s) may only be reengaged after a period of thirty-six (36) months from the date of separation from service (or once the break period stipulated in their separation agreement has elapsed, if different). Page 34 of 53

35 5.2.4 Former UN staff members in receipt of a pension benefit from the United Nations Joint Staff Pension Fund (UNJSPF) may be deployed under the Agreement and respective Call-Off Contract(s) in accordance with established UN rules and practices concerning the employment of retirees (ST/AI/2003/8). At the time of issuing this document, the procedures preclude the deployment of retirees during the first three (3) months following their separation from service and limit their assignment thereafter to a maximum of six (6) months per calendar year. 6. ENGAGING CLOSE RELATIVES OF UN PERSONNEL 6.1 Husbands/wives of UN personnel may be deployed under the Agreement and respective Call-Off Contract(s), only if one spouse is not Manager for the other. 6.2 Contracting close relatives of UN personnel (father, mother, son, daughter, brother or sister) may be considered on an exceptional basis, and only where another person equally qualified cannot be deployed. Notwithstanding the foregoing, the UNOPS Hiring Unit shall at all times ensure adherence to the requirements in the Staff Regulations and Rules and UNOPS Procurement Manual relating to conflict of interest. 7. CONTRACTING THE SELECTED CANDIDATE(S) BY THE CONSULTANT Contracts issued by the Consultant to employees for deployment under the Agreement and Respective Call-Off Contract(s) shall be defined for the purposes of this document as Consultant s Employee Contract (CEC). The term amendment as used in this document covers extension as well as minor modifications of contract provisions. 7.1 Types of CECs for deployment of Consultant s employees There shall be two types of CEC for deployment of Consultant s employees under the under the Agreement and respective Call-Off Contract(s): A retainer CEC and a regular CEC. Each CEC type and the purpose of its use are explained below: A retainer CEC shall be issued for a period of time during which the services of the Consultant s employee are expected intermittently. The CEC on retainer basis will specify a unit price (e.g. hourly, daily fee or monthly fee) and payments for the actually rendered services shall be made at the end of each calendar month, or as otherwise agreed by UNOPS and the Consultant. For budgetary purposes, a monetary cap will be determined when the respective Call-Off Contract under the Agreement is awarded to the Consultant CECs other than retainer CEC shall be referred to as regular CEC. Regular CEC shall be issued when services are required on a continuous basis throughout the contract period and payments shall be made at the end of each calendar month, or as otherwise agreed by UNOPS and the Consultant. Regular CEC shall be divided into two types according to the duration of contract period: (i) CEC of less than one month; and (ii) CEC of one month or longer 7.2 CEC issuance A number of administrative and other actions shall be taken by the Consultant prior to CEC issuance to the Consultant s employee, including but not limited to obtainment of: (i) Medical Statement of Fitness, and (ii) Completed Designation of Beneficiary form. It shall be the selected candidate s responsibility to comply with the requirements listed above prior to becoming a Consultant s employee and the Consultant shall be responsible for enforcing this instruction and for keeping proper records of the documentation for each deployed Consultant s employee The Consultant shall ensure that issued CEC fully comply with the Terms and Conditions for deployment of Consultant s employees and any other terms and conditions of the Agreement and respective Call-Off Contract. Page 35 of 53

36 7.2.3 Consultant s employees will be under the supervision of UNOPS, which means that Consultant s employees shall be receiving their day-to-day work-related instructions from their UNOPS Managers (as shall be stipulated in CE s TOR). This requirement shall be accordingly reflected in each CEC issued by the Consultant. The impact of this meaning on the requirement to provide professional liability insurance is taken into consideration through amendment of Article 27 of the General Conditions for UNOPS Contracts for Professional Services (RFP Section 5) as stipulated in the sub-article c, Article 2, Section I of the model Agreement (RFP Section 6) UNOPS reserves the right to request a copy of each CEC for verification of the above stated requirements. 7.3 Amendments and Extensions of CECs Any modification to CEC shall require a prior amendment of the respective Call-Off Contract under the Agreement in writing between the Consultant and UNOPS duly signed by the authorized representatives of the Consultant and the UNOPS. Amendments of the CEC shall be used when the respective Call-Off Contracts under the Agreement are extended beyond the initial period and/or when there are minor modifications of contract provisions with regards to the services of the subject Consultant s employees. Amendments are inappropriate for substantial modifications to contract provisions, such as change in duty station, major changes in the scope of work, changes to the fee, etc. Substantial modifications to contract provisions shall not require issuance of a new Call-Off Contract under the Agreement, but shall be preceded by a new competitive selection process (for which the incumbent of the abolished position may apply again) and shall require issuance of a new CEC Extension of Services of a Consultant s employee Should the services of a Consultant s employee be extended, such extension shall be carried out through an amendment to the respective Call-Off Contract under the Agreement and subsequently to the CEC. Extension for the purpose of this document refers to a situation where: (i) TOR remains the same; (ii) Satisfactory performance has been certified; (iii) There is no break between the original contract period and the period for which the contract will be extended, and (iv) Remuneration remains the same. A CEC can be extended to a maximum of four (4) years. Upon reaching the four-year maximum, if services are still required as per the CE s TOR, a competitive selection process must take place to identify and deploy the best candidate for the assignment. The incumbent may apply for the position again Modification of CEC provisions Should contract provisions call for minor modifications other than contract extension, such minor modifications shall be carried out through an amendment to the respective Call-Off Contract under the Agreement and subsequently to the CEC. Examples could be changes in deliverables, changes in the time frame, etc. In such cases, the texts of the respective Call- Off Contract under the Agreement, the CEC and the CE s TOR shall be adjusted accordingly. 8. SERVICE CONDITIONS FOR CONSULTANT S EMPLOYEES 8.1 Working hours Standard work weeks are established at each duty station where UNOPS operates in coordination with the UN Country Team Consultant s employees will generally not be requested to work more than the standard work week at their duty station, unless otherwise specified in their contract. Page 36 of 53

37 8.1.3 The average number of working days in a calendar month depends on the established work week as follows: (i) When the established work week is a five (5)-day work week, the average number of working days in the calendar month is days; and (ii) When the established work week is other than five (5) days, the average number of working days in the calendar month must be adjusted, e.g. where a five-and-a-half (5.5)- day work week is established: 24 working days constitute a month and where a six (6)- day work week is observed 26 working days constitute a month). 8.2 Overtime Consultant s employees deployed to work in the specialist category are not entitled to overtime pay. When exigencies of service permit, occasional compensatory time off may be granted to Consultant s employees, who have been required to work substantial or recurrent periods of overtime Consultant s employees deployed in the support category with duration of three (3) months or longer, may be entitled for overtime compensation. Overtime compensation may be granted in the form of overtime pay or compensatory time off, where compensatory time off is the preferred option. Overtime compensation may only be granted for hours worked in excess of forty (40) hours per week (or in excess of the established work week, if this is different) and subject to prior approval by UNOPS Overtime compensation may be granted up to a given maximum which depends on the established work week. Hence, where the established work week is forty (40) hours, overtime may be granted only up to forty (40) hours per month. Where a forty-eight (48) hour work week is established, overtime may only be granted up to eight (8) hours per month Overtime pay is subject to availability of funds and UNOPS must approve overtime pay in advance of any performance of extra work through necessary financial provision in the respective Call-Off Contract. Overtime compensation, whether overtime pay or compensatory time off, will be granted at the employee s normal work rate (one hundred (100) per cent) regardless of whether the Consultant s employee is on full or part-time Periods of overtime worked which are less than half an hour in any given day, are disregarded. 8.3 UN Holidays and Weekends Consultant s employees may observe weekends and UN official holidays without any reduction in their monthly fee Under special circumstances (e.g. contracts of less than one (1) month) where Consultant s employees are expected to work during weekends and on UN holidays, this requirement shall be specified in the Call-Off Contract. 8.4 Sick Leave (SL) Deployments with a duration of three (3) months or longer may provide for sick leave of two (2) working days per month, which may be accumulated during the contract year A medical certificate from a recognized physician is required as documentation of any sick leave of more than three (3) consecutive working days. For sick leave days over and above three (3) days in any rolling six (6)-month period, medical certification is required, regardless of whether it is taken as consecutive or separate days In the event that a Consultant s employee surpasses the sick leave limit in the contract period, the period in excess will be charged against accrued annual leave. If annual leave has been exhausted, excess sick leave is unpaid Where, according to above, the deployment does not provide for paid sick leave, UNOPS shall exercise the highest possible degree of flexibility in accepting unpaid leave due to illness. Only in such cases where the extent or timing of absences prevents the Consultant s Page 37 of 53

38 employee from delivering the services as specified in his/her Terms of Reference may UNOPS consider a termination of the Consultant s employee due to illness Accumulated sick leave days are not carried over from one contract year to the next Unused sick leave is not commutable to cash. 8.5 Annual Leave (AL) Consultant s employees deployed under contracts with duration of three (3) months or longer may be entitled to paid annual leave of two-and-a-half (2.5) working days per month for rest and recuperation purposes, which may be accumulated during the contract period All annual leave must be taken within the period of employee s deployment under the Agreement and respective Call-Off Contract. When the deployment under the Agreement and respective Call-Off Contract is extended for an additional period, the Consultant s employee may carry over accumulated annual leave days to the subsequent contract period. However, a maximum of twenty four (24) days of annual leave can be carried over as of the annual leave cut-off date of 1 April of any given year Unused annual leave is not commutable to cash. 8.6 Maternity Leave (ML) Deployments of six (6) months or longer may provide for up to 16 continuous weeks of paid maternity leave Consultant s employees must submit the request for maternity leave at least three (3) months prior to its start and the request should be accompanied by a certification from a doctor or midwife stating the Expected Date of Delivery (EDD) Maternity leave must begin between two (2) and six (6) weeks prior to EDD and be taken in one consecutive period Maternity leave must fall within and be taken during the contract period. Where maternity leave has started during the contract period but the contract is due to expire during the period of the maternity leave, the contract will be extended to cover the full sixteen (16)- week duration of the maternity leave. No leave will accumulate during the extended period. 8.7 Paternity Leave (PL) Deployments of six (6) months or longer may provide for up to four (4) weeks of paid paternity leave, provided that the Consultant s employee has had at least six (6) months of service with UNOPS under the Agreement and respective Call-Off Contract(s) at the time of the birth of the child Paternity leave may be taken in either one (1) period or two (2) periods of equal duration during the first twelve (12) months from the birth Eligible Consultant s employees must submit the request for paternity leave at least three (3) months prior to the expected start of paternity leave and the request should be accompanied by a certification from a doctor or midwife stating the Expected Date of Delivery (EDD) or a copy of the child s birth certificate Paternity leave is limited to one (1) occurrence per twelve (12) months, regardless of the number of children born during that twelve (12)-month period, and can be used a maximum of six (6) times during the total deployment under the Agreement and respective Call-Off Contract(s) Paternity leave must fall within and be taken during the contract period. 8.8 Unpaid Leave (UL) UNOPS may exercise flexibility in allowing unpaid leave at the request of Consultant s employees, subject to exigencies of service Unpaid leave shall not be granted until paid leave provisions, when applicable, have been exhausted. Unpaid leave must be approved in advance by UNOPS. Page 38 of 53

39 8.8.3 Unpaid leave of a consecutive period of one (1) week or longer is to be avoided, except in relation to illness, as described in clause above Annual and sick leave will not accumulate during unpaid leave periods of one (1) month or longer, nor will health insurance coverage be provided by the Consultant for employees on unpaid leave for one (1) month or longer. The eligible Consultant s employees are responsible for obtaining adequate health insurance for themselves during periods of unpaid leave of one (1) month or longer. 8.9 Absence Management Overview: Table 3: Absence Management for Consultant s employees Description Category Support Specialist Overtime Yes, for contracts 3 months No UN holidays and Yes Yes weekends Sick Leave Yes, for contracts 3 months: Max. 2 days per month Yes, for contracts 3 months: Max. 2 days per month Annual Leave Yes, for contracts 3 months: Max. 2.5 days per month Yes, for contracts 3 months: Max. 2.5 days per month Maternity & Paternity Leave Yes, for contracts 6 months: Max. 16 weeks maternity or 4 weeks paternity leave Yes, for contracts 6 months: Max. 16 weeks maternity or 4 weeks paternity leave Applicability of all of the above provisions shall be determined on a case-by-case basis and, if provided to a Consultant s employee(s), such provision shall be specified in the respective Call-Off Contract under the Agreement as well as CEC of the Consultant s employee Leave and Overtime Provisions on Extension of Deployments When a Call-Off Contract for deployment of a Consultant s employee is initially issued for a contract period of less than three (3) months and is subsequently extended so that the accumulative contract period reaches or exceeds three months, this will have an impact on the leave and overtime provisions. The following clauses illustrate how When a Call-Off Contract for deployment of a Consultant s employee is initially issued for a contract period of less than three (3) months, the Consultant s employee shall not be granted any paid leave. However, the Consultant s employee may request unpaid absences and such will be granted within reasonable limits subject to exigencies of service and advance approval by UNOPS When a Call-Off Contract for deployment of a Consultant s employee for less than three (3) months is subsequently extended to reach or exceed three (3) months, provisions for AL and SL will start to apply subject to the eligibility as specified in sub-sections 8.4 and 8.5 above, from the effective date of the contract extension. Leave is not accumulated retroactively Similarly when a Consultant s employee is deployed at support level for less than three (3) months, the Consultant s employee shall not be subject to overtime pay. However, when exigencies of service require flexibility, compensatory time off may be used. When the Call- Off Contract for deployment of the Consultant s employee at support level for less than three (3) months is subsequently extended to reach or exceed three (3) months, the Consultant s employee becomes eligible for overtime pay from the effective date of the contract extension Computation of Annual and Sick Leave Absence from work of two (2) hours or longer and up to four (4) hours shall be counted as one half (0.5) day. Absence of more than four (4) hours shall be counted as one (1) full day. Authorized absences of less than two (2) hours taken by a Consultant s employee at a time Page 39 of 53

40 mutually agreeable to the subject employee and UNOPS do not need to be recorded as annual leave For contract periods of less than one (1) full calendar month, and where the contract start and end date fall in separate months, leave provisions shall be calculated as follows (subject to clause and sub-sections 8.4 and 8.5 above): (i) When the contract start date falls between the 2 nd and the 16 th of the month: Two (2) days AL and one (1) day SL for that calendar month. (ii) When the contract start date falls on the 17 th of the month or later: One (1) day AL and one (1) day SL for that calendar month. (iii) When the contract end date falls between the 1 st and the 16 th of the month: One (1) day AL and one (1) day SL for that calendar month. (iv) When contract end date falls on the 17th of the month or later, but not on the last day of the month: Two (2) days AL and one (1) day SL Leave Provisions While on Part-time Status Deployments for part-time work shall provide for annual and sick leave on a pro-rated basis, as follows: (i) When the part-time work is evenly distributed in the week (e.g. if a Consultant s employee works 50%, equal to twenty (20) hours per week, four (4) hours per day), then the leave provision would be two-and-a-half (2.5) part-time days of AL and two (2) parttime days of SL per month. A part-time day in this example would consist of four (4) working hours; and (ii) When the part-time work is not distributed evenly (e.g. if a Contract works 50%, equal to twenty (20) hours per week, two (2) full days and one half (0.5) day per week), then the leave provision would be one-and-a-quarter (1.25) full-time AL days per month and one (1) full-time SL day per month. A full-time day in this example would consist of eight (8) working hours Maternity Leave and Paternity Leave under part-time status would be calculated as sixteen (16) weeks of Maternity Leave at part-time pay or four (4) weeks of Paternity Leave at parttime pay. 9. INSURANCES Consultant s employees expected to work in any UNOPS work location or travel for official UNOPS purposes will be covered by one or more insurance(s) provided or negotiated by the Consultant as described herein. 9.1 Service-Incurred Illness, Injury, Death and Permanent Disability Insurance Consultant s employees who are deployed to perform services in a UNOPS work location and/or travel at UNOPS expense shall be covered by the insurance policy taken out and maintained by the Consultant in the event of illness, injury or death attributable to the performance of functions under the Agreement and respective Call-Off Contract(s). Should the Consultant fail to take out and/or maintain said insurance policy, Consultant s employees shall be entitled to receive from the Consultant the same benefits as would have been due to them had the insurance policy been in effect Coverage for service-incurred illness, injury and death starts from the time of leaving home (or present place of residence) and continues until arrival back at home (or present place of residence) for as long as the Consultant s employee is deployed to perform functions under the Agreement and respective Call-Off Contract(s). Coverage shall not include any intervening period that the Consultant s employee spends on his/her personal business Rules Governing Compensation in the Event of Death, Injury or Illness Attributable to the Performance of Official Duties on Behalf of the United Nations as described in Appendix D to UN Staff Rules ( may be Page 40 of 53

41 used as benchmark for the Service-Incurred Illness, Injury and Death Insurance policy to be taken out and maintained by the Consultant. 9.2 Malicious Acts Insurance The intent of malicious acts insurance policy (MAIP) taken out and maintained by the Consultant is to cover incidents resulting in death or disability of the Consultant s employees caused by malicious acts, including war, sabotage and terrorism. Should the Consultant fail to take our and/or maintain said insurance policy, Consultant s employees shall be entitled to receive from the Consultant the same benefits as would have been due to them had the insurance policy been in effect MAIP shall cover on a twenty-four (24) hour basis those Consultant s employees who serve at, or travel at UNOPS expense to, a designated duty station, as long as the Consultant s employee is deployed to perform functions under the Agreement and respective Call-Off Contract(s) The maximum compensation for Consultant s employees in the event of death or permanent total disability shall be not less than three times their net annual salary subject to a minimum of USD 20,000 and maximum of USD 200,000. MAIP shall also cover medical expenses up to a value of 10% of the benefit for medical conditions resulting from a malicious act. 9.3 Health Insurance Consultant shall provide health insurance for all the Consultant s employees. The provisions of such insurance plan shall be equal to the provisions of Health Insurance for UNOPS Local ICA Contract Holders provided by CIGNA Dependents of Consultant s employees may be also covered by the group health insurance provided by the Consultant. The cost of insurance for dependants shall be borne by Consultant s employees or the Consultant For part-time employees the Consultant shall pay a prorated portion of the health insurance premium and the employee shall cover the remaining portion. For example, an eligible employee who works 50% of the regular daily working hours, the Consultant will pay 50% of the health insurance premium while the remaining 50% shall be covered by the employee or will be deducted from his/her fee by the Consultant. 10. REMUNERATION OF THE CONSULTANT S EMPLOYEES 10.1 General provisions As a guiding principle, fees payable to Consultant s employees will be based on the minimum amount necessary to obtain quality services for UNOPS and its clients. In order to ensure this, fees shall take into account various expenses incurred by the Consultant s employees during the contract period, such as basic living expenses, health insurance (if not provided by the Consultant), provisions for rest and recuperation, the need to provide a reasonably secure environment and any other relevant expenses related to the performance of services under the Agreement and respective Call-Off Contract(s) Furthermore, equal value work will be remunerated at comparable levels. In order to ensure real comparability of fees, equal work in materially different settings will be remunerated differently, balancing out differences in terms of cost of living, working hours, hardship and hazard conditions, etc. More details are provided in the following sections The recommended all-inclusive fee shall be determined by UNOPS at the outset of the selection process. Upon selection of the Consultant s employee the final negotiated fee shall be clearly reflected in the respective Call-Off Contract under the Agreement as well as CEC issued to the Consultant s employee Once fee has been determined and the respective Call-Off Contract has been awarded and signed, no adjustment or additional payment shall be made during the contract period, including amendments, except when it falls under the provisions specified in sub-section 10.4 below. Page 41 of 53

42 10.2 Fee ranges for Consultant s employees Fees for Consultant s employees shall be based on the local market rate for similar work of comparable quality, complexity, and difficulty and shall take into account availability of local labour with the required levels of skills and competencies As an indicator of local market rates, UNOPS Hiring Units shall refer to the National Technical Assistance (NTA) Remuneration Guideline approved by the Cabinet of Ministers of the Islamic Republic of Afghanistan In cases where use of the NTA Remuneration Guideline cannot be used for some reason, as determined by UNOPS, the UNOPS Hiring Unit may use other methods for establishing local market rates Fee Setting for Consultant s employees Fees for Consultant s employees are set according to the principles outlined in paragraphs and , and may additionally take into account the following elements: (i) Pension-related cash compensation (up to 10% of the contract amount, as applicable in the duty station country); (ii) Income taxes levied by national authorities (when the national authorities have not exempted Consultant s employees from such tax), (iii) Any other relevant expenses related to the performance of services under the Agreement and respective Call-Off Contract(s) The following principles shall apply to fee determination: (i) Similar pay for similar work; (ii) Fees for similar work may vary from one duty station to another based on local market rates; (iii) Education and work experience must be relevant to the assignment for which the Consultant s employee is being considered in order to count towards a specific level; (iv) When calculating work experience, a maximum of twelve (12) months of relevant work experience will be acknowledged for any one (1)-year period, regardless of whether work was performed simultaneously for multiple companies; In addition, no former staff member in receipt of UNJSPF pension benefits may receive more than USD 22,000 per calendar year in emoluments from the UN system. The USD 22,000 annual limit applies to the gross amount of the fee under the Agreement and respective Call- Off Contract, but does not include travel, terminal expenses, and Daily Subsistence Allowance (DSA) payments, if any Adjusting the Fee Once fee for a Consultant s employee has been set it remains unchanged throughout the entire contracted period, including any amendments. To avoid needing multiple competitive selection processes for the same job, use of initial probationary contracts at lower fees shall be limited Notwithstanding the previous paragraph, an adjustment or change in the fee will be permitted in conjunction with local pay scale updates whereby the Consultant s employee remains at the same level, but will be remunerated according to the new pay for that same level. Such adjustment shall normally take place only once per year. The local pay scale shall be the same salary scale upon which the fee for the Consultant s employee was initially determined. Such adjustment is permitted in all cases where it is required to harmonize local fees within a specific duty station or project Payments for the services of Consultant s employees Page 42 of 53

43 The standard method of payment for the services of the Consultant s employees under the Agreement and respective Call-Off Contract(s) shall be the output-based method Consultant s employees may be paid on a daily or monthly basis, as specified in their CEC, and payments shall always be made based on satisfactory performance of services confirmed by their respective UNOPS Managers The formula to be used for computing the payment of fees for Consultant s employees shall depend on the CEC issued in accordance with the Agreement and respective Call-Off Contract(s). The calculation formulae to be applied for each of the three payment bases: retainer, monthly and daily is presented below: (i) Retainer CEC The contract specifies a unit price (e.g. amount per hour, amount per day or amount per month), and payments are made to the Consultant s employee as follows: Unit price x no. of units worked = payment For example: Fee is USD per hour; Consultant s employee has worked 30 hours in a month; payment is USD * 30 = USD (ii) Regular CEC of Less Than One Month The CEC specifies a daily fee; payments are made to the Consultant s employee as follows: Daily fee x number of days worked = payment (iii) Regular CEC of One Month or Longer The CEC specifies a monthly fee, which is payable to the Consultant s employee for all full calendar months, i.e. calendar months where there are no unpaid days. Such monthly payment is payable regardless of the fact whether a particular calendar month has less than average number of working days or more than average number of working days. The monthly fee shall be calculated calendar month by calendar month, not from a date in a given calendar month to a date in the following calendar month. For example: if a Consultant s employee is deployed to work from 15 June to 14 August of a given year for a monthly fee of X USD per month, the monthly fee shall be paid in three (3) instalments, first and second being at the end of first and second calendar months and the third payment being upon satisfactory completion of the contact. The monthly fee payable for June and August shall be calculated as per the below given formulae whilst full monthly payment shall be paid for the month of July. For the purpose of calculating the monthly payment for a partially worked calendar month, unpaid days shall include any day in the calendar month for which the Consultant s employee is not entitled to payment according to his/her CEC. Normally, unpaid days are days of unpaid leave during the contract period, as well as working days and UN Holidays within the calendar month that fall outside of the contract period, i.e. days of the month preceding the start date of the CEC and days of the month following the completion date of the CEC. When there are unpaid days in a given calendar month, payments are made to the Consultant s employee as follows: Monthly fee (monthly fee/21.75) x unpaid days = payment In cases where the agreed work week is other than five days, the appropriate average number of working days per month, as shown in clause (ii) above, must replace The calculation formulae above is only applicable when there are unpaid days in a given calendar month. Page 43 of 53

44 The in the formulae above is the average number of working days in a month when working a five-day work week, and is derived as follows: Days in a year: 365 Weekend days in a year: 104 Working days in a year: = 261 Average no. of working days in a month: 261/12 = UN holidays are included as working days in the above formula, and will normally be counted as a paid day when they fall within the contract period (please refer to sub-section 8.3 UN Holidays and Weekends ). Weekend days are neither counted as unpaid nor as paid days as they have already been deducted in the above formula in order to reach the average number of working days in a month The fees for part-time Consultant s employees shall be calculated on a pro-rata basis based on the number of actually worked days per month. The following principle shall be followed in order to count the number of actually worked days: (i) Presence at work for two (2) hours or longer and up to four (4) hours shall be counted as one half (0.5) day. (ii) Presence at work for more than four (4) hours shall be counted as one (1) full day. If part-time employee s CEC specifies a daily fee, such daily fee shall be paid as per the formulae specified in clause (ii) above for each full day worked and 50% of the daily fee shall be paid for a half day worked. If part-time employee s CEC specifies a monthly fee, pro-rated payment shall be calculated according to the formulae provided in clause (iii) above For all CECs, fees shall only be paid for those days that fall within the contract period and payments made against a CEC must never exceed the awarded Call-Off Contract amount The Call-Off Contract under the Agreement and the respective CEC shall specify currency of payment, and payments will be made in the currency specified in the CEC Payment to bank accounts outside the employee s country of residence is not permitted when this circumvents local laws barring payment in other than the local currency or to bank accounts outside the employee s country of residence The final payment under a CEC shall not be released without prior certification by UNOPS that performance of the Consultant s employee has been satisfactory and work has been completed. For more information, please refer to sub-section 10.7 below Unsatisfactory performance or failure to provide the services envisaged in the CE s TOR shall be brought to the attention of the Consultant and payment(s) of all or part of the amounts which may be payable to the Consultant for the services of subject Consultant s employee shall be suspended or cancelled Taxes on Income Fees are expressed in gross amounts and the Consultant and its employees are responsible for payment of any taxes that may be levied on the fees received from UNOPS. UNOPS has no liability for taxes, duties, or other fees levied on the Consultant or its Consultant s employees in connection with remuneration under the Agreement and respective Call-Off Contract Performance Evaluation Consultant s employees shall be deployed in recognition of their skills and expertise to perform a specific task or deliver a specific piece of work. As such, the outputs and overall performance of Consultant s employees shall be monitored and documented by UNOPS and Consultant on a regular basis to ensure that contractual obligations have been fully met Regular performance related discussions shall take place between the Consultant s employee and the UNOPS Manager, and satisfactory performance shall be certified prior to payment of any fees. Page 44 of 53

45 When the total duration of a contract and its amendment(s) is below one year, satisfactory performance is certified on the Monthly Attendance Record (please see RFP Section 4: TOR, Annex III). In addition, when the cumulative duration of the CEC and its amendment(s) is three months or longer, a Performance Evaluation Report shall be prepared by the Consultant s employee and his/her UNOPS Manager prior to CE s CEC completion date either for certification of final payment for Consultant s employee or for granting further extension of the CEC for the services of the Consultant s employee Performance Evaluation Reports of Consultant s employees are confidential and shall be maintained in the employee s personnel file by the Consultant. In case of re-deployment of a former employee under any other UNOPS project, former employee s Performance Evaluation Reports shall be presented to the requesting UNOPS Hiring Unit for review Certification of payment The Consultant s employees shall complete the required UNOPS Monthly Attendance Record (please see RFP Section 4: TOR, Annex III) for confirmation of their presence at the assigned duty station, following the schedule specified in the respective Call-Off Contract under the Agreement and employee s CEC. The Monthly Attendance Record shall be certified based on satisfactory performance (output-based method) of the Consultant s employees by the UNOPS Manager to whom the Consultant s employees report. The original Monthly Attendance Record shall be attached to the Consultant s monthly invoices. 11. TRAVEL ARRANGEMENTS Consultant s employees may be required from time to time to undertake travel during the assignment in the form of work-related trips away from the duty station. Travel arrangements for Consultant s employees shall follow the provisions stated in this document. In the event that there are no provisions in this document governing a specific circumstance, the provisions of UNOPS Administrative Instruction AI/CSPG/2014/02 on Official Duty Travel Individual Contractors shall be applicable (copy of the document shall be provided to the Consultant upon signature of the Agreement). However, in the event of inconsistency between the provisions in this document and UNOPS AI/CSPG/2014/02, the provisions of this document shall prevail Duty travel Duty travel is defined as travel which is requested as part of the performance of services under the Agreement and respective Call-Off Contract. Duty travel is usually from the duty station to the place of the mission and return to the duty station Standards for Travel The standard for air travel authorized by UNOPS for Consultant s employees is economy class irrespective of flight duration. Consultant s employees wishing to travel in business or first class shall personally cover the cost of an upgrade For standards of travel when the mode of transportation is other than by air, UNOPS Administrative Instruction AI/CSPG/2014/02 on Official Duty Travel Individual Contractors shall be consulted Travel should always be by the most direct and economical route Those Consultant s employees required by UNOPS to travel overnight shall receive Daily Subsistence Allowance (DSA) at the normal UN rate applicable to the location Visa and Travel Documents If a Consultant s employee is not the citizen of the country of assignment, he/she is responsible for obtaining at his/her expense all necessary visas and work permits required by local authorities in the country of assignment before commencing said assignment with UNOPS. A letter stating that the individual has been deployed with UNOPS under the Agreement and respective Call-Off Contract may be issued by UNOPS to assist in this process. Page 45 of 53

46 Where Consultant s employees travel for official purposes UNOPS may facilitate this process where possible and visa costs may be claimed from UNOPS by Consultant through submission of a travel/expense claim and supporting documents Travel Payments UNOPS will make payments for any duty travel, which has been authorized by UNOPS in advance. The travel cost, i.e. ticket cost, DSA, terminal expenses, visa costs, cost of inoculations, and other miscellaneous expenses may be covered in one of the following ways: The Consultant covers the employee s travel expenses upfront and subsequently claims reimbursement: (i) Reimbursement must be claimed through submission of a travel/expense claim and all necessary supporting documents must be attached. (ii) Except where this document specifies differently, reimbursement shall be made in accordance with UNOPS Administrative Instruction AI/CSPG/2014/02 on Official Duty Travel Individual Contractors A lump-sum payment of the calculated travel costs is included as part of the Call-Off Contract: (i) Except where this document specifies differently, travel costs are calculated in accordance with UNOPS Administrative Instruction AI/CSPG/2014/02 on Official Duty Travel Individual Contractors. (ii) The lump-sum payment will be paid at 100% of the calculated travel costs. There is no need for the Consultant or Consultant s employee to submit a travel/expense claim unless the actual itinerary deviates from planned travel. When the actual itinerary deviates from the planned travel, the Consultant must submit a travel/expense claim upon completion of the employee s travel with original ticket stubs and other necessary supporting documents attached. Based on the travel claim, the Consultant will be reimbursed for any justified additional expenses or in case of overpayment, a deduction will be made from the Consultant s next payment. (iii) Notwithstanding point (ii) above, UNOPS may process a limited advance payment of 80% of calculated travel costs when travel is undertaken near the end of the contract, or when otherwise there is a risk that potential overpayments cannot be recovered. In such case, the remaining 20% will be paid upon completion of travel and based on submission of a travel/expense claim form and necessary supporting documents. (iv) When applicable and except where this document specifies differently, all reimbursements shall be made in accordance with UNOPS Administrative Instruction AI/CSPG/2014/02 on Official Duty Travel Individual Contractors Tickets purchased by UNOPS: (i) When feasible for UNOPS, the organization may opt to purchase ticket(s) directly for the travel of the Consultant s employee, in which case such ticket purchase shall be in accordance with the rules and procedures outlined in UNOPS Administrative Instruction AI/CSPG/2014/02 on Official Duty Travel Individual Contractors. (ii) When UNOPS directly purchases (a) ticket(s) for a Consultant s employee, reimbursement to the Consultant for the employee s DSA, terminal expenses and other miscellaneous expenses will be made separately in accordance with one of the aforementioned procedures. 12. TERMINATION OF CONSULTANT S EMPLOYEES 12.1 The termination of a Consultant s employee can be the result of a mutual consent of UNOPS and the Consultant or by a unilateral decision, for convenience or for cause Either party may terminate the services of a Consultant s employee under the Agreement and respective Call-Off Contract at any time for convenience by notifying the other party in writing of its intention to do so. The notice period is: (i) Two (2) calendar days for Consultant s employees deployed for a period of less than one (1) month; Page 46 of 53

47 (ii) Seven (7) calendar days for Consultant s employees deployed for a duration ranging from one (1) month to but less than - six (6) months; (iii) Fourteen (14) calendar days for Consultant s employees deployed for a duration of six (6) months or more but less than one year; (iv) Thirty (30) calendar days for Consultant s employees deployed for duration of one (1) year or longer In the event that a Consultant s employee is terminated by the Consultant at UNOPS request for convenience before the expiration date of the respective Call-Off Contract under the Agreement, the Consultant shall be compensated for the services of the subject Consultant s employee on a pro-rata basis as provided in clause In the event that the termination of a Consultant s employee is effected by the Consultant (including the Consultant s employee him/herself), or in the event of a termination as provided in 12.5 below, it shall be the Consultant s responsibility to cover the associated expenses for the replacement of the subject Consultant s employee UNOPS may request termination of any Consultant s employee with immediate effect for cause (as determined by UNOPS) which may include, inter alia: (i) any breach of the terms and conditions of the Agreement and respective Call-Off Contract; or (ii) any violation of the standards of conduct (see sub-section 3.2 above) In the event of termination of the Consultant s employee on the grounds of cause, UNOPS reserves the right to suspend all pending payments to the Consultant for the services of the subject Consultant s employee. UNOPS will pay only for payments already rendered in accordance with the Agreement and respective Call-Off Contract and suspend further payments In the event that a Consultant s employee is either terminated at UNOPS request or the Consultant removes the subject employee before the expiry date of a Call-Off Contract under the Agreement, removed employee s leave days will be prorated according to actual period served under the Agreement and the respective Call-Off Contract and excess leave will be deducted from the final payment due for the subject employee s services Additional costs incurred by UNOPS resulting from the termination of the Consultant s employee by the Consultant (including the Consultant s employee him/herself) may be withheld from any amount otherwise due to the Consultant from UNOPS When a CEC is terminated by resignation of the Consultant s employee, there shall be no automatic expectation to exhaust his/her leave balance during the notice period In the event of any termination of the Consultant s employee, upon receipt of notice of termination issued by UNOPS to the Consultant, the Consultant s employee shall, except as may be directed by UNOPS in the notice of termination to the Consultant or otherwise in writing: (a) take immediate steps to bring the performance of any obligations under the Agreement and respective Call-Off Contract(s) to a close in a prompt and orderly manner, and in doing so, reduce expenses to a minimum; (b) refrain from undertaking any further or additional commitments under the Agreement and respective Call-Off Contract(s) as of and following the date of receipt of such notice; (c) deliver all completed or partially completed plans, drawings, information and other property that, if the respective Call-Off Contract under the Agreement had been completed, would be required to be furnished to UNOPS thereunder; (d) complete performance of the work not terminated; and (e) take any other action that may be necessary, or that UNOPS may direct in writing, for the protection and preservation of any property, whether tangible or intangible, related to the Agreement and respective Call-Off Contract(s) that is in the possession of the Consultant s employee and in which UNOPS has or may be reasonably expected to acquire an interest. Page 47 of 53

48 ANNEX II - SERVICE REQUEST FORM RFP: UNOPS-AFG-RFP Reference: Long Term Agreement: UNOPS-AFG-RFP Date: [INSERT DATE] We, [INSERT THE NAME OF THE UNOPS HIRING UNIT], hereby request [INSERT LTA HOLDER S NAME] to provide Consultant s employee(s) for the following position(s): Functional title: Duty Station: Number of employee(s) required: Category of employee(s): Support/Specialist (please delete unwanted option) Level of employee(s): Medical fitness Statement required? YES/NO (please delete unwanted option) The proposed fee: Expected Start Date: Detailed TOR attached: YES/NO (if no, please indicate the reason) The list of required services is provided below: List of Services Please specify: A. Sourcing and Selection Yes No B. Deployment and management services Yes No C. Administrative support services: C1. Rental Office Yes No C2. Supplies and consumables Yes No C3. Transportation services Yes No C4. Organisation of official duty travel Yes No C5. Organisation/logistical arrangements for trainings Yes No C6. Other logistical support Yes No Required Benefits and Entitlements Please specify: Working hours (8.1 of T&C for CEs) days 24 days 26 days Overtime (8.2 of T&C for CEs) Yes No UN holidays and Week-ends (8.3 of T&C for CEs) Yes No Sick Leave (8.4 of T&C for CEs) Yes No Annual Leave (8.5 of T&C for CEs) Yes No Maternity Leave (8.6 of T&C for CEs) Yes No Paternity Leave (8.7 of T&C for CEs) Yes No Service-Incurred Illness, Injury, Death and Permanent Yes No Disability Insurance (9.1 of T&C for CEs) Malicious Acts insurance (9.2 of T&C for CEs) Yes No Health insurance (9.3 of T&C for CEs) Yes No Signed by: (UNOPS authority) UNOPS Contact Information: [insert full name of office] [insert postal address and/or street address] [insert postal code, city and country] Attn: [insert name & title of contact person] Tel: [include the country and city code] [insert of contact person] Page 48 of 53

49 ANNEX III - MONTHLY ATTENDANCE RECORD Full Name: Call-Off Contract No.: Month & Year: Functional Title: Employee s CEC No.: Duty Station: Tick whichever applicable by X Present at work at Duty Station Weekends UN Holiday Official Travel Annual Leave Sick Leave Maternity/Paternity leave Absent (for reasons not listed above) DATES OF THE MONTH Employee s signature Date UNOPS PM/Supervisor/Section Head Name & Signature Date Below section is for the use of Consultant s Human Resources and Finance Sections only: Absence management Annual leave balance Sick leave balance (if applicable) Compensatory time off Carried forward from previous month Accrued during the current month Used during the current month Balance to be carried forward to next month Type of the CEC - (daily, monthly) Employee s fee (amount & currency) (daily, monthly) [delete the non-applicable options] Days worked (for daily CEC) Total payable fee (Daily fee x number of days worked = payment): Unpaid days (for monthly CEC) Total payable fee (Monthly fee (monthly fee/21.75*) x unpaid days = payment): Consultant s HR Officer, Name & Signature Date Consultant s Finance Officer, Name & Signature Date * - shall vary according to average number of working days per calendar month at the duty station Page 49 of 53

50 Section 5: GCC for Professional Services Request for proposal for the Provision of Human Resource Services for UNOPS Afghanistan RFP No.: UNOPS-AFG-RFP Section 5: UNOPS GCC for Professional Services In the event of signing an Agreement, the UNOPS GCC for Professional Services available at: ervices.pdf will apply. If your company is unable to access the document, please send an request to: and the UNOPS GCC for Professional Services will be sent to you electronically. Page 50 of 53

51 Section 6: UNOPS Contract Form Request for proposal for the Provision of Human Resource Services for UNOPS Afghanistan RFP No.: UNOPS-AFG-RFP Section 6: UNOPS Contract Form Based on the results of this formal solicitation process UNOPS intends to enter into non-exclusive longterm agreement (LTA) with the successful Offeror for the provision of an indefinite quantity of the specified services in support of UNOPS operations in Afghanistan. Model Long Term Agreement that shall be used for the engagement of the Consultant can be accessed here: Off_Contract.docx?AttachmentID=19f365df-f5e4-42f8-b814-7a2c If you are unable to access the document, please send an request to: and the Model LTA will be sent to you electronically. Page 51 of 53

52 Annexes Returnable Forms Request for proposal for the Provision of Human Resource Services for UNOPS Afghanistan RFP No.: UNOPS-AFG-RFP Annexes Returnable RFP forms Prospective Offerors must use the returnable RFP forms for the submission of their proposals. Failure to do so may result in non-consideration of your proposal by UNOPS. Returnable RFP forms are included in the following annexes: Annex A Proposal/no proposal confirmation form Annex B Check List Form Annex C Proposal submission form Annex D Eligibility and Qualifications form Annex E Technical Proposal submission form Annex F Financial Proposal submission form Annex G UNGM Vendor registration form Annex H Format for Resume of Proposed Key Personnel Annex I Joint Venture Form The editable version of the returnable RFP forms can be accessed here: If you are unable to access the returnable RFP forms through the above link, please send an request to: [email protected] and the forms will be sent to you electronically. Page 52 of 53

53 UNOPS Afghanistan Operational Hub UNOCA Complex Jalalabad Road Kabul, Afghanistan

Request for Proposal (RFP) for Provision of Backup Internet Connection for UNOPS Afghanistan

Request for Proposal (RFP) for Provision of Backup Internet Connection for UNOPS Afghanistan Section 1: Proposal Data Sheet Request for Proposal (RFP) for Provision of Backup Internet Connection for UNOPS Afghanistan RFP No.: UNOPS-AFG-RFP-015-006 Page 1 of 22 Section 1: Proposal Data Sheet Request

More information

Annex I. RFP Instructions to Proposers TABLE OF CONTENTS

Annex I. RFP Instructions to Proposers TABLE OF CONTENTS Annex I RFP Instructions to Proposers TABLE OF CONTENTS 1. INTRODUCTION... 3 1.1 General... 3 1.2 Eligible Proposers... 4 1.3 Cost of Proposal... 6 2. SOLICITATION DOCUMENTS... 6 2.1 Contents of Sollicitation

More information

Video Production Services for the Ontario College of Trades (the College)

Video Production Services for the Ontario College of Trades (the College) Video Production Services for the Ontario College of Trades (the College) Request for Proposal (RFP) No. OCOT/CM/2014-03 Date Issued: 14 April 2014 1 TABLE OF CONTENTS A. INTRODUCTION...4 1. Objective...

More information

b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and

b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and Dear Sir/Madam, Subject: Request for Proposals for Translation Services: Project no. Multiple Proposal Ref: RE-RFP/12/002 1. The United Nations Office for Project Services (UNOPS) is seeking qualified

More information

ANNEX III. Special Instructions & Evaluation Criteria

ANNEX III. Special Instructions & Evaluation Criteria JOINT REQUEST FOR PROPOSAL FOR TRAVEL MANAGEMENT SERVICES ANNEX III Special Instructions & Evaluation Criteria Page 1 of 15 INSTRUCTIONS FOR SUBMITTING A PROPOSAL This section provides the instructions

More information

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/036 Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas International Renewable Energy Agency Abu Dhabi, UAE November,

More information

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES Release Date: 7th November, 2014 Last date for receipt of bids: 10.00am on 24th November, 2014 Page 1 of 9 GENERAL INFORMATION

More information

Request for Quotation (RFQ) for Goods

Request for Quotation (RFQ) for Goods Request for Quotation (RFQ) for Goods Supply and Delivery of Generator Deisel 110-130 KVA including Sound Proof Canopy for U0NOPS/MACCA HQ in Kabul, Afghanistan Case track number: UNOPS-AFG-RFQ-002-2015

More information

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034 REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034 Software Development of Database for Energy Statistics International Renewable Energy Agency Abu Dhabi, UAE November, 2012 1 Section 1: Letter of Invitation

More information

KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014

KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014 KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014 DATED: 16 th SEPTEMBER 2014 KENYA NETWORK INFORMATION CENTRE P.O BOX

More information

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services North American Development Bank Model Bidding Document: Procurement of Goods, Works and Services Preface These model bidding documents have been prepared by the North American Development Bank (the Bank)

More information

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

North American Development Bank. Model Prequalification Document: Prequalification of Contractors North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried

More information

Prequalification Document for Procurement of Works

Prequalification Document for Procurement of Works STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement

More information

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015 PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072

More information

PROVISION OF LEGAL SERVICES

PROVISION OF LEGAL SERVICES COUNTY GOVERNMENT OF WAJIR P.O BOX 9-70200. WAJIR,KENYA PRE QUALIFICATION DOCUMENT FOR PROVISION OF LEGAL SERVICES TENDER NUMBER WCG/PT/023/2016-2018 March, 2016 WAJIR COUNTY Page 1 of 17 Table of Contents

More information

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) Pre-qualification Ref: Issue Date: [Insert Title of Project] [Insert Reference] [Insert Date] Public Procurement Authority

More information

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6

More information

Project Management Procedures

Project Management Procedures 1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY

NATIONAL INDUSTRIAL TRAINING AUTHORITY NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER FOR SUPPLY, INSTALLATION, IMPLEMENTATION, TESTING, TRAINING AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM TENDER NO: NITA/29/2014-2015

More information

BUDGET HEADING 04.03.03.03 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS

BUDGET HEADING 04.03.03.03 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS EUROPEAN COMMISSION Employment, Social Affairs and Inclusion DG Employment and Social Legislation, Social Dialogue Labour Law BUDGET HEADING 04.03.03.03 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES

More information

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014

More information

TENDER NO. REA/2014-2015/NT/060

TENDER NO. REA/2014-2015/NT/060 REA-STD DOCUMENT- Small Works - SECTION I: INVITATION FOR TENDERS (IFT) TENDER NO. REA/2014-2015/NT/060 TENDER DOCUMENT FOR THE PROPOSED ADDITIONAL CIVIL WORKS TO THE RURAL ELECTRIFICATION AUTHORITY OFFICES

More information

Procedures for Tenders and Contracts. October 2014. Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14

Procedures for Tenders and Contracts. October 2014. Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14 Procedures for Tenders and Contracts October 2014 Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14 Huon Valley Council Procedures for Tenders and Contracts October 2014

More information

Expression of Interest Pre-Qualification Medical Evacuation Services Ref: EOI/HMRRP/0004/2009

Expression of Interest Pre-Qualification Medical Evacuation Services Ref: EOI/HMRRP/0004/2009 Date: 1 September 2009 Expression of Interest Medical Evacuation Services Ref: EOI/HMRRP/0004/2009 The International Organization for Migration (IOM), Mission with Regional Functions in Manila announces

More information

REQUEST FOR PROPOSALS (RFP) RFP/2014/031 Travel Management Services. International Renewable Energy Agency 29 December, 2014

REQUEST FOR PROPOSALS (RFP) RFP/2014/031 Travel Management Services. International Renewable Energy Agency 29 December, 2014 REQUEST FOR PROPOSALS (RFP) RFP/2014/031 Travel Management Services International Renewable Energy Agency 29 December, 2014 Deadline: 26 January, 2015 1 Section 1: Letter of Invitation (LoI) Dear Madam

More information

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006 PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring

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 proposals for individual consultancy for the Development of a Business Plan for the Implementation of Electronic

More information

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 CATEGORY NO: A, B, C & D TENDER No. MFA&IT/PQ/01/2015-2017 For SUPPLY

More information

Request for Proposal (RFP) for Services

Request for Proposal (RFP) for Services Ref: RFP 2015/106 Request for Proposal (RFP) for Services Catering Services for the 10 th Meeting of the GCF Board, Songdo, Korea RFP No. 2015/106 1 1. Background Catering Services for the 10 th Meeting

More information

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract CONTRACT FOR CONSULTANCY SERVICES Equatorial Fidelity Centre 2 nd Floor, Off Waiyaki Way P.O Box 313-00606 Nairobi, Kenya. Tel +254 20 423 5000 Section 1 Form of Contract CONTRACT FOR: [Insert Title here]

More information

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts) STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT (Works, Heavy Equipment, Supply and Installation Contracts) Table of Contents Page INTRODUCTION 3 SECTION I - Invitation for prequalification... 4 SECTION

More information

PROCUREMENT STANDARD OPERATING PROCEDURES (SOP)

PROCUREMENT STANDARD OPERATING PROCEDURES (SOP) PROCUREMENT STANDARD OPERATING PROCEDURES (SOP) TABLE OF CONTENTS 1. RESPONSIBILITY 1.1 Responsibility for Acquisition 1.2 Responsibility for Procurement Planning 2. REQUISITION 2.1 Requisitions for Supplies,

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER i B I D D I N G D O C U M E N T SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER TENDER NO. KRA/PFM/NCB-025/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL:

More information

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:.. 1 PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES FOR THE PERIOD JULY 2014 TO JUNE 2016 PRE QUALIFICATION NO: CMD/PREQ/ /2014-2016 ITEM:.. NAME OF APPLICANT:. Centre for Multiparty Democracy

More information

REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website

REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website FPU.SR- 19.5 REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR The Design and Development of the Zimbabwe Diaspora Website Prepared by Number 4 Duthie Road, Alexandra

More information

Supplier prequalification Document

Supplier prequalification Document Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control

More information

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016 REQUEST FOR PROPOSAL(RFP) State Bank of India (SBI) invites Bids for procuring Customised Provident Fund Software Solution (application) / HR (software) Solution with Provident Fund as a major module Reference

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS WORKS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF WORKS Japan International Cooperation Agency (JICA) October 2012 version 1.1 i Preface These Standard Bidding Documents for Procurement

More information

Request for Proposals

Request for Proposals Will County Treasurer Request for Proposals Merchant Services, ACH, and Online Bill Payment Brian S. McDaniel 3/5/2014 Introduction General Rules The Will County Treasurer will consider proposals from

More information

Tender Document for consulting services for. Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform

Tender Document for consulting services for. Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform Tender Document for consulting services for Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform Contract Notice No. 2013/S 185-319425 Reference File Number:

More information

CHAPTER 11 APPEALS AND DISPUTES

CHAPTER 11 APPEALS AND DISPUTES CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public

More information

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

BANK OF UGANDA REPUBLIC OF UGANDA

BANK OF UGANDA REPUBLIC OF UGANDA BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: [email protected]

More information

STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM

STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM TENDER NO.KRA/HQS/NCB-005/2015-2016 RESERVED FOR WOMEN OWNED ENTERPRISES

More information

The Procurement Guidelines of. the Japanese Grant Aid. (Type I-G)

The Procurement Guidelines of. the Japanese Grant Aid. (Type I-G) The Procurement Guidelines of the Japanese Grant Aid JAPAN INTERNATIONAL COOPERATION AGENCY (JICA) 1 Table of Contents PART I Basic Principles... 4 I-1 Introduction... 4 I-2 Parties Concerned... 4 I-3

More information

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS (RFP) N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES Table of Contents Page INTRODUCTION.. 3 Section I INVITATION FOR TENDERS... 4 Section II INSTRUCTION TO TENDERERS Appendix to instructions

More information

BUDGET HEADING 04.03.01.06 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS

BUDGET HEADING 04.03.01.06 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS EUROPEAN COMMISSION Employment, Social Affairs and Inclusion DG Employment and Social Legislation, Social Dialogue Labour Law BUDGET HEADING 04.03.01.06 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES

More information

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR PROCUREMENT OF SUPPLY AND COMMISSIONING OF INTERNET LEASED LINE (2.5 Gbps to 10 Gbps

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS United Nations Development Programme July 2015 1 Dear Sir/Madam, Section 1. Letter of Invitation Subject: Ref: RFP/UNDP/BPPS/005/2015 RFP for the Provision of Open Data Information

More information

North American Development Bank. Model Bidding Document: Consultant Services

North American Development Bank. Model Bidding Document: Consultant Services North American Development Bank Model Bidding Document: Consultant Services MODEL DOCUMENTS Sample letter of invitation Outline for typical Terms of Reference Supplementary information for consultants

More information

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 TENDER NO.KNH/T/70/2014/2015 Table of Contents Page Section I

More information

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01) PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS (Ref No. Secy/PPC/CVL/01) Inland Water Transport Development Company (IWTDC) No. 34-A, Street 27, Valley Road, Westridge, Rawalpindi Ph # 051-5491494-95,

More information

BIDDING DOCUMENTS (PROCUREMENT OF SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF SERVICES) PROVISION OF MOTOR VEHICLE INSURANCE ITB No.: AD15-008-INT Prepared by Rue E. Pierre 11, Zone Ambassade de Etats-Unis Tabarre 27, Port-au-Prince, Haiti 30 June

More information

PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015

PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015 TENDER DOCUMENT FOR PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900

More information

BANK OF UGANDA REPUBLIC OF UGANDA

BANK OF UGANDA REPUBLIC OF UGANDA BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: [email protected]

More information

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION REQUEST FOR PROPOSALS RFP No. 14-01-11 Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION Proposals will be received on or before 2:00 pm local time Wednesday, February 19, 2014

More information

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. TENDER NO. KRA/HQS/NCB- 006/2012-2013 TIMES TOWER BUILDING P.O. BOX

More information

Procurement of Goods

Procurement of Goods i S T A N D A R D B I D D I N G D O C U M E N T S F O R P R O C U R E M E N T & I M P L E M E N T A T I O N O F E R P S O L U T I O N I N S E L E C T E D U N I V E R S I T I E S ( H E C / IT/ TA/ E R P

More information

EUROPEAN COMMISSION Employment, Social Affairs and Inclusion DG. Employment and Social Legislation, Social Dialogue Labour Law

EUROPEAN COMMISSION Employment, Social Affairs and Inclusion DG. Employment and Social Legislation, Social Dialogue Labour Law EUROPEAN COMMISSION Employment, Social Affairs and Inclusion DG Employment and Social Legislation, Social Dialogue Labour Law BUDGET HEADING 04.03.01.06 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES

More information

Standard Request for Proposals. Selection of Consultants

Standard Request for Proposals. Selection of Consultants STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants The Islamic Development Bank March 2012 This document is subject to copyright. This document may be used and reproduced

More information

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

SECTION 6: RFQ Process, Terms and Conditions

SECTION 6: RFQ Process, Terms and Conditions SECTION 6: RFQ Process, Terms and Conditions Note to suppliers and Respondents In managing this procurement the Buyer will endeavour to act fairly and reasonably in all of its dealings with interested

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016 TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016 LOT 2: A DIGITAL ADDRESSABLE FIRE DETECTION AND ALARM

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

Enterprise Content Management Consultant

Enterprise Content Management Consultant Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT

More information

BUYING AGENCY AGREEMENT

BUYING AGENCY AGREEMENT THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred

More information

TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE

TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF

More information

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon. COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors

More information

FOR USE WITH PPP PROJECTS 1 SAMPLE GUIDELINES FOR PRE-QUALIFICATION AND COMPETITIVE BIDDING PROCESS 2

FOR USE WITH PPP PROJECTS 1 SAMPLE GUIDELINES FOR PRE-QUALIFICATION AND COMPETITIVE BIDDING PROCESS 2 FOR USE WITH PPP PROJECTS 1 SAMPLE GUIDELINES FOR PRE-QUALIFICATION AND COMPETITIVE BIDDING PROCESS 2 1. PRE-QUALIFICATION 1.1 The requirements for pre-qualifications will be reasonable and efficient and

More information

REF: UNDP-TUR-ITB-PROJ(SFM)-2015/02

REF: UNDP-TUR-ITB-PROJ(SFM)-2015/02 INVITATION TO BID Procurement of Laboratory Equipment and Supplies for Forest Pest Control Integrated Approach to Management of Forests in Turkey, with Demonstration in High Conservation Value Forests

More information

Standard conditions of purchase

Standard conditions of purchase Standard conditions of purchase 1 OFFER AND ACCEPTANCE 2 PROPERTY, RISK & DELIVERY 3 PRICES & RATES The Supplier shall provide all Goods and Services in accordance with the terms and conditions set out

More information

TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF

TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF NATIONAL HOUSING CORPORATION P.O. BOX 30257-00100 NAIROBI. TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF CLOSING DATE 4 TH DECEMBER, 2013 AT: 11.00AM TENDER DOCUMENT

More information

Muirhead Aerospace SERVICE LEVEL AGREEMENT SUPPLY OF RECRUITMENT AND TEMPORARY SERVICES

Muirhead Aerospace SERVICE LEVEL AGREEMENT SUPPLY OF RECRUITMENT AND TEMPORARY SERVICES Muirhead Aerospace SERVICE LEVEL AGREEMENT SUPPLY OF RECRUITMENT AND TEMPORARY SERVICES Policy - Agency Service Level Agreement Page 1 of 7 INDEX 1. Scope... 3 2. Expectations... 3 3. Interpretation...

More information

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. KRA/HQS/NCB-044/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022 EMAIL:

More information

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland

More information

TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016

TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016 TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 FAX:

More information

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue

More information

Guide for Applicants. Funding Scheme for the Archiving of Programme Material

Guide for Applicants. Funding Scheme for the Archiving of Programme Material Funding Scheme for the Archiving of Programme Material Guide for Applicants Round 2: Archiving of programme material which preserves a historic record of Irish culture, heritage and experience and in particular,

More information

SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)

SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) S T A N D A R D B I D D I N G D O C U M E N T SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) (TENDER NO. KRA/EATTFP/ICB/001/2011-2012) TIMES TOWER BUILDING P.O. BOX 48240

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI - FUNCTIONAL CONSULTANT TO LEAD THE IMPLEMENTATION OF THE PURCHASE REQUISITION MODULE IN THE PEOPLESOFT 9.0 FINANCIALS AND SUPPLY CHAIN PRODUCT.

More information

CONTRACT FOR ENGAGING INFORMATION TECHNOLOGY CONSULTANT SERVICES [PROJECT TITLE] BETWEEN HER MAJESTY THE QUEEN AND [CONSULTANT]

CONTRACT FOR ENGAGING INFORMATION TECHNOLOGY CONSULTANT SERVICES [PROJECT TITLE] BETWEEN HER MAJESTY THE QUEEN AND [CONSULTANT] CONTRACT FOR ENGAGING INFORMATION TECHNOLOGY CONSULTANT SERVICES [PROJECT TITLE] BETWEEN HER MAJESTY THE QUEEN AND [CONSULTANT] CONTRACT NO. [CONXXXXXXX] ALBERTA TRANSPORTATION Contract for Engaging Information

More information

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM 1 Standard Bidding Document Version Control v0-1 STANDARD REQUEST FOR PROPOSALS SELECTION OF CONSULTANTS/FIRM Introduction

More information

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified

More information

TOWN OF SILVERTHORNE, COLORADO RFP for Independent Professional Auditing Services

TOWN OF SILVERTHORNE, COLORADO RFP for Independent Professional Auditing Services Nature of Services Required A. General The Town is soliciting the services of qualified firms of certified public accountants to audit its financial statements for the fiscal year ending December 31, 2011,

More information

[Indicate name of Procuring Entity]

[Indicate name of Procuring Entity] THE REPUBLIC OF RWANDA [Indicate name of Procuring Entity] STANDARD REQUEST FOR PROPOSALS SELECTION OF CONSULTANTS FOR SMALL SERVICES Title of the Tender: Tender Reference Number: Procurement Method: Date

More information

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

You have retained us and we hereby agree to serve as your advertising agency in accordance with and subject to the following terms and conditions:

You have retained us and we hereby agree to serve as your advertising agency in accordance with and subject to the following terms and conditions: Contract Between an Advertising Agency and Advertiser Form #8 (Fee v. Commission) Date: [Client] [Address] Gentlemen: You have retained us and we hereby agree to serve as your advertising agency in accordance

More information

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information