How To Bid For A Contract
|
|
|
- Kevin Eaton
- 5 years ago
- Views:
Transcription
1 AFRICAN UNION-IBAR REQUEST FOR PROPOSALS (RFP) CONSULTANCY SERVICES - VETGOV POLICY FORMULATION (Lots 1 to 7) September 2015 Procurement No: 13/AU-IBAR/15 September 2015
2 Index of Contents CONTENTS CONTENTS...1 SECTION 1. LETTER OF INVITATION...2 SECTION 2. INFORMATION TO CONSULTANTS Introduction Clarification and Amendment of RFP Documents Preparation of Proposal Submission, Receipt, and Opening of Proposals Proposal Evaluation Negotiations Award of Contract Confidentiality...13 APPENDIX...14 SECTION 3 - DATA SHEET...19 SECTION 4. TECHNICAL PROPOSAL - STANDARD FORMS...21 SECTION 5. FINANCIAL PROPOSAL - STANDARD FORMS...31 SECTION 6. TERMS OF REFERENCE...38 September
3 Section 2. Information to Consultants Section 1. Letter of Invitation 1. The African Union Interafrican Bureau for Animal Resources (AU-IBAR) requests proposals from eligible consultancy firms or institutions (or consortiums) for the provision of consultancy services for Policy Formulation Refer to detailed TORs in S.6 of the bid document. 2. Bidders are required to provide, but not limited to the following: - Firm s profile - Consultants CVs, - Submission of a technical and financial proposal in the format provided in the bid document. (Technical and financial offers must be in two separate sealed envelopes) 3. A Consultant will be selected under Fixed Selection Method and procedures described in this RFP. 4. This is two envelope bidding. TECHNICAL AND FINANCIAL PROPOSALS SHOULD BE SEALED IN SEPARATE ENVELOPES. 5. The RFP includes the following documents: Section 1 - Letter of Invitation Section 2 - Information to Consultants Section 3- Data sheet Section 4 - Technical Proposal - Standard Forms Section 5- Financial Proposal - Standard Forms Section 6 - Terms of Reference 6. For each interest lot (consultancy), the technical and financial proposals should be submitted in two separate envelopes; each clearly marked Technical proposal or Financial proposal. The two proposals should be enclosed in a single envelope clearly marked Lot Number and title of the Consultancy. For consultants interested in more than one lot (consultancy) the technical and financial proposals envelopes could be enclosed in a single envelope clearly marked the lots and titles of the consultancies. 7. The deadline for submission of proposals is 06 th October 2015 at 15h00. Clarifications should be addressed to: [email protected]. The address for submission of bids is: African Union - Interafrican Bureau for Animal Resources Kenindia Business Park, Museum Hill, Westlands Road P.O. Box , Nairobi, Kenya Yours sincerely, Prof. Ahmed El-Sawalhy September
4 Section 2. Information to Consultants Section 2. Information to Consultants 1. Introduction 1.1 The Client named in the Data Sheet will select a firm from those listed in the Letter of Invitation, in accordance with the method of selection specified in the Data Sheet. 1.2 The consultants are invited to submit a Technical Proposal and a financial proposal, or a Technical Proposal only, as specified in the Data Sheet for consulting services required for the assignment named in the Data Sheet. The proposal will be the basis for contract negotiations and ultimately for a signed contract with the selected firm. 1.3 The assignment shall be implemented in accordance with any phasing indicated in the Data Sheet. When the assignment includes several phases, the performance of the consultant under each phase must be to the Client's satisfaction before work begins on the next phase. 1.4 The consultants must familiarise themselves with local conditions and take them into account in preparing their proposals. To obtain firsthand information on the assignment and on the local conditions, consultants are encouraged to visit the Client before submitting a proposal and to attend a pre-proposal conference if one is specified in the Data Sheet. Attending any specified pre-proposal conference is optional. The consultants representative should contact the officials named in the Data Sheet to arrange for their visit or to obtain additional information on any pre-proposal conference. Consultants should ensure that these officials are advised of the visit in adequate time to allow them to make appropriate arrangements. 1.5 The Client will provide the inputs specified in the Data Sheet, assist the firm in obtaining licenses and permits needed to carry out the services, and make available relevant project data and reports. 1.6 Note that: (i) the costs of preparing the proposal and of negotiating the contract, including a visit to the Client, are not reimbursable as a direct cost of the assignment; and (ii) the Client is not bound to accept any of the proposals submitted. 1.7 African Union policy requires consultants to provide professional, objective, and impartial advice, and at all times hold the Client s interests paramount, without any consideration for future work, and strictly avoid conflicts with other assignments or their own corporate interests. Consultants shall not be hired for any assignment that would be in conflict with their prior or current obligations to other clients, or that may place them in a position of not being able to carry out the September
5 Section 2. Information to Consultants assignment in the best interests of the Client Without limitation on the generality of this rule, consultants shall not be hired under the circumstances set forth below: (a) Conflict between consulting activities and procurement of goods, works or services: A firm that has been engaged to provide goods, works, or services for a project, and each of its affiliates, shall be disqualified from providing consulting services related to those goods, works or services. Conversely, a firm hired to provide consulting services for the preparation or implementation of a project, and each of its affiliates, shall be disqualified from subsequently providing goods, works or services resulting from or directly related to the firm s consulting services for such preparation or implementation (other than a continuation of the firms earlier consulting services for the same project). (b) Conflict among consulting assignments: Neither consultants (including their personnel and subconsultants) nor any of their affiliates shall be hired for any assignment that, by its nature, may be in conflict with another assignment of the consultants. (c) Relationship with AUC staff: Consultants (including their personnel and sub-consultants) that have a business or family relationship with a member of AUC staff (or of the Client staff, or of a beneficiary of the assignment) who are directly or indirectly involved in any part of: (i) the preparation of the TOR of the contract, (ii) the selection process for such contract, or (iii) supervision of such contract may not be awarded a contract As indicated in paragraph (a) above, consultants may be hired for downstream work, when continuity is essential, in which case this possibility shall be indicated in the Data Sheet and the factors used for the selection of the consultant should take the likelihood of continuation into account. It will be the exclusive decision of the Client whether or not to have the downstream assignment carried out, and if it is carried out, which consultant will be hired for the purpose In the event of and in order to ensure fairness and transparency in the selection process, it is required that consultants or their affiliates competing for a specific September
6 Section 2. Information to Consultants assignment do not derive a competitive advantage from having provided consulting services related to the assignment in question. To that end, all information that would in that respect give a consultant a competitive advantage shall be made available to all the short-listed consultants together with the request for proposals. 1.8 The African Union requires that Officers of the AU, as well as Bidders/ Suppliers/ Contractors/ Consultants, observe the highest standard of ethics during the procurement and execution of such contracts. 1 In pursuance of this policy the AU: (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) corrupt practice 2 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party; (ii) fraudulent practice 3 is any act or omission including a misrepresentation that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) collusive practice 4 is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party; (iv) coercive practice 5 is impairing or harming or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; (v) obstructive practice is deliberately destroying, falsifying, altering or concealing of evidence material to any investigation or making false 1 In this context, any action taken by a bidder, supplier, contractor, sub-contractor or consultant to influence the procurement process or contract execution for undue advantage is improper. 2 another party refers to an officer of the AU acting in relation to the procurement process or contract execution. In this context, officer of the AU includes staff and employees of other organisations taking or reviewing procurement decisions. 3 a party refers to any officer of the AU; the terms benefit and obligation relate to the procurement process or contract execution; and the act or omission is intended to influence the procurement process or contract execution. 4 parties refers to any participants in the procurement process (including officers of the AU) attempting to establish bid prices at artificial, non competitive levels. 5 a party refers to any participant in the procurement process or contract execution. September
7 Section 2. Information to Consultants statements to investigators in order to materially impede any investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; (b) (c) will reject a recommendation for award of contract if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question; will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded an African Union financed contract if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for, or in executing, an African Union financed contract. 1.9 Consultants shall not be under a declaration of ineligibility for corrupt, fraudulent, collusive, coercive or obstructive practices issued by the AUC in accordance with the above sub-paragraph Consultants shall furnish information as described in the Financial Proposal submission form (Section 4A) on commissions and gratuities, if any, paid or to be paid to agents relating to this proposal, and to execute the work if the firm is awarded the contract Consultants shall be aware of the provisions on fraud and corruption stated in the Standard Contract under the clauses indicated in the Data Sheet. 2. Clarification and Amendment of RFP Documents 2.1 Consultants may request a clarification of any of the RFP documents up to the number of days indicated in the Data Sheet before the proposal submission date. Any request for clarification must be sent in writing by mail, facsimile, or electronic mail to the Client s address indicated in the Data Sheet. The Client will respond by facsimile, courier or electronic mail to such requests and will send written copies of the response (including an explanation of the query but without identifying the source of inquiry) to all invited consultants who intend to submit proposals. 2.2 At any time before the submission of proposals, the Client may, for any reason, whether at its own initiative or in response to a September
8 Section 2. Information to Consultants clarification requested by an invited firm, amend the RFP. Any amendment shall be issued in writing through addenda. Addenda shall be sent by mail, facsimile, or electronic mail to all invited consultants and will be binding on them. The Client may at its discretion extend the deadline for the submission of proposals. 3. Preparation of Proposal Technical Proposal 3.1 Consultants are requested to submit a proposal (paragraph 1.2) written in the language(s) specified in the Data Sheet. 3.2 In preparing the Technical Proposal, consultants are expected to examine the documents constituting this RFP in detail. Material deficiencies in providing the information requested may result in rejection of a proposal. 3.3 While preparing the Technical Proposal, consultants must give particular attention to the following: (i) (ii) (iii) (iv) (v) If a consultant considers that it does not have all the expertise for the assignment, it may obtain a full range of expertise by associating with individual consultant(s) and/or other consultants or entities in a joint venture or sub-consultancy, as appropriate. Consultants may associate with the other consultants invited for this assignment only with approval of the Client as indicated in the Data Sheet. Consultants must obtain the approval of the Client to enter into a joint venture with consultants not invited for this assignment. The consultants are encouraged to seek the participation of local consultants by entering into a joint venture with, or subcontracting part of the assignment to consultants who are Nationals of African Union Member States. For assignments on a staff-time basis, the estimated number of professional staff-months is given in the Data Sheet. The proposal shall, however, be based on the number of professional staff-months estimated by the firm. For fixed-budget-based assignments, the available budget is given in the Data Sheet, and the Financial Proposal shall not exceed this budget. It is desirable that the majority of the key professional staff proposed be permanent employees of the firm or have an extended and stable working relationship with it. Proposed professional staff must, at a minimum, have the experience indicated in the Data Sheet, preferably working under conditions similar to those prevailing in the Country specified for Performance of the Services. Alternative professional staff shall not be proposed, and September
9 Section 2. Information to Consultants only one curriculum vitae (CV) may be submitted for each position. (vi) Reports to be issued by the consultants as part of this assignment must be in the language(s) specified in the Data Sheet. 3.4 The Technical Proposal shall provide the following information using the Standard Forms attached in Section 4: (i) (ii) (iii) (iv) (v) (vi) A brief description of the firm s organisation and an outline of recent experience on assignments (Section 4B) of a similar nature. For each assignment, the outline should indicate, inter-alia, the profiles of the staff proposed, duration of the assignment, contract amount, and the firm s involvement. Any comments or suggestions on the Terms of Reference and on the data, a list of services, and facilities to be provided by the Client (Section 4C). A description of the methodology and work plan for performing the assignment (Section 4D). The list of the proposed staff team by specialty, the tasks that would be assigned to each staff team member, and their timing (Section 4E). CVs recently signed by the proposed professional staff and the authorized representative submitting the proposal (Section 4F). Key information should include number of years working for the firm/entity and degree of responsibility held in various assignments during the last ten (10) years. Estimates of the total staff input (professional and support staff; staff time) needed to carry out the assignment, supported by bar-chart diagrams showing the time proposed for each professional staff team member (Sections 4E and 4G). (vii) A detailed description of the proposed methodology, staffing, and monitoring of training, if the Data Sheet specifies training as a major component of the assignment. (viii) Any additional information requested in the Data Sheet. 3.5 The Technical Proposal shall not include any financial information. September
10 Section 2. Information to Consultants Financial Proposal 3.6 In preparing the Financial Proposal, consultants are expected to take into account the requirements and conditions outlined in the RFP documents. The Financial Proposal should follow the Standard Forms in Section 5. These list all costs associated with the assignment, including (a) remuneration for staff, (foreign and local, in the field and at headquarters); and (b) reimbursable expenses such as subsistence (per diem, housing), transportation (international and local, for mobilisation and demobilisation), services and equipment (vehicles, office equipment, furniture, and supplies), office rent, insurance, printing of documents, surveys, and training, if it is a major component of the assignment. Where appropriate, these costs should be broken down by activity, and, if appropriate, into foreign and local expenditures. 3.7 The Financial Proposal shall include all the costs the consultant incurs to provide the services (including travel expenses, translation, printing and the taxes the consultant pays for its business requirements by the law of the domicile country of the consultant), but shall exclude all local taxes levied within African Union Member States on the invoice issued by the consultant (such as local sales tax, services tax or witholding tax). 3.8 Consultants may express the price of their services in any freely convertible currency. The consultants may not use more than three foreign currencies. The Client may require consultants to state the portion of their price representing local costs in the Currency of the Country specified for performance of the Services if so indicated in the Data Sheet. 3.9 Commissions and gratuities, if any, paid or to be paid by consultants and related to the assignment will be listed in the Financial Proposal submission form (Section 5A) The Data Sheet indicates how long the proposals must remain valid after the submission date. During this period, the consultant is expected to keep available the professional staff proposed for the assignment. The Client will make its best effort to complete negotiations within this period. If the Client wishes to extend the validity period of the proposals, the consultants who do not agree have the right not to extend the validity of their proposals. 4. Submission, Receipt, and Opening of Proposals 4.1 The original proposal (Technical Proposal and, if required, Financial Proposal; see paragraph 1.2) shall be prepared in indelible ink. It shall contain no interlineations or overwriting, except as necessary to correct errors made by the firm itself. Any such corrections must be initialed by the persons or person signing the proposal. September
11 Section 2. Information to Consultants 4.2 An authorised representative of the firm initials all pages of the proposal. The representative s authorisation is confirmed by a written power of attorney accompanying the proposal. 4.3 For each proposal, the consultants shall prepare the number of copies indicated in the Data Sheet. Each Technical Proposal and Financial Proposal shall be marked Original or Copy as appropriate. If there are any discrepancies between the original and the copies of the proposal, the original will govern. 4.4 The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked Technical Proposal, and the original and all copies of the Financial Proposal in a sealed envelope clearly marked Financial Proposal and warning: Do Not Open with the Technical Proposal. Both envelopes shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and other information indicated in the Data Sheet and be clearly marked, Do Not Open, Except in Presence of the Tender Opening Committee. 4.5 The completed Technical and Financial Proposals must be delivered at the submission address on or before the time and date stated in the Data Sheet. Any proposal received after the closing time for submission of proposals shall be returned unopened. 4.6 After the deadline for submission of proposals, the Technical Proposal shall be opened immediately by the Bid Opening Committee. The Financial Proposal shall remain sealed and retained securely until all submitted proposals are opened publicly. 4.7 The Firm may withdraw its Proposal after the Proposal s submission, provided that the written notice of the withdrawal is received by the Client prior to the deadline prescribed for submission of Proposals. The Firms withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of clause Deadline for Submission of Proposals. The withdrawal notice may also be sent by telex or fax but followed by a signed confirmation copy. No Proposal may be modified subsequent to the deadline for submission of proposals. No Proposal may be withdrawn in the Interval between the deadline for submission of proposals and the expiration of the period of proposal validity specified by the firm on the Proposal Submission Form. September
12 Section 2. Information to Consultants 5. Proposal Evaluation General 5.1 From the time the bids are opened to the time the contract is awarded, if any consultant wishes to contact the Client on any matter related to its proposal, it should do so in writing at the address indicated in the Data Sheet. Any effort by the firm to influence the Client in proposal evaluation, proposal comparison or contract award decisions may result in the rejection of the consultant s proposal. 5.2 Evaluators of Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is completed. Evaluation of Technical Proposals 5.3 The evaluation committee appointed by the Client, as a whole, and each of its members individually, will evaluate the proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub-criteria (typically not more than three per criteria), and point system specified in the Data Sheet. Each responsive proposal will be given a technical score (St). A proposal shall be rejected if it does not respond to important aspects of the Terms of Reference or if it fails to achieve the minimum technical score indicated in the Data Sheet. 5.4 In the case of Quality-Based Selection, Selection Based on Consultant s Qualifications, and Single-Source Selection, the highest ranked firm, or the firm selected on a single-source basis, is invited to negotiate a contract on the basis of the Technical Proposal and the Financial Proposal submitted in accordance with the instructions given in paragraph 1.2 and the Data Sheet. Public Opening and Evaluation of Financial Proposals: Ranking (QCBS, Fixed- Budget, and Least-Cost Selection Methods Only) 5.5 After the evaluation of technical quality is completed, the Client shall notify those consultants whose proposals did not meet the minimum qualifying score or were considered non-responsive to the RFP and Terms of Reference, indicating that their Financial Proposals will be returned unopened after completing the selection process. The Client shall simultaneously notify the consultants that have secured the minimum qualifying score, indicating the date and time set for opening the Financial Proposals. The opening date shall not be sooner than two weeks after the notification date. The notification may be sent by registered letter, facsimile, or electronic mail. 5.6 The Financial Proposals shall be opened publicly in the presence of the consultants representatives who choose to attend. The name of the consultant, the technical scores, and the proposed prices shall be read aloud and recorded as the Financial Proposals are opened. The Client shall prepare minutes of the public opening. September
13 Section 2. Information to Consultants 5.7 The evaluation committee will determine whether the Financial Proposals are complete (i.e., whether they have costed all items of the corresponding Technical Proposals; if not, the Client will cost them and add their cost to the initial price), correct any computational errors, and convert prices in various currencies to the single currency specified in the Data Sheet. The official selling rates used, provided by the source indicated in the Data Sheet, will be those in effect on the date indicated in the Data Sheet. The evaluation shall exclude those taxes, duties, fees, levies, and other charges imposed that are subject to the African Union exemption on the payment of taxes and duties, and estimated as per paragraph In case of QCBS, the lowest priced Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The financial scores (Sf) of the other Financial Proposals will be computed as indicated in the Data Sheet. Proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weighting for the Technical Proposal; P = the weighting for the Financial Proposal as indicated in the Data Sheet. T + P = 1); The firm achieving the highest combined technical and financial score using the formula: S St T% Sf P% will be invited for negotiations In the case of Fixed-Budget Selection, the Client will select the firm that submitted the highest ranked Technical Proposal within the indicated budget price. Proposals that exceed the indicated budget will be rejected. In the case of the Least-Cost Selection, the Client will select the lowest evaluated cost proposal among those that passed the minimum technical score. The selected firm will be invited for negotiations. 6. Negotiations 6.1 Negotiations will be held at the address indicated in the Data Sheet. The aim is to reach agreement on all points and sign a contract. 6.2 Negotiations will include a discussion of the Technical Proposal, the proposed methodology (work-plan), staffing, and any suggestions made by the firm to improve the Terms of Reference. The Client and firm will then agree final Terms of Reference, staffing, and bar charts indicating activities, staff, periods in the field and in the home office, staff-months, logistics, and reporting. The agreed work plan and final Terms of Reference will then be incorporated in the Description of Services and form part of the contract. Special attention will be paid to getting the most the firm can offer within the available budget and to clearly defining the inputs required from the Client to ensure satisfactory implementation of the assignment. September
14 Section 2. Information to Consultants 6.3 Financial negotiations will reflect agreed technical modifications in the cost of the services, and will include a clarification of the firm s tax liability (if any) in the Country specified for performance of the Services, and the manner in which it will be reflected in the contract. The financial negotiations will not normally involve either the remuneration rates for staff (no breakdown of fees), or other proposed unit rates under QCBS, Fixed-Budget Selection, or the Least-Cost Selection methods. For other methods of selection, an Appendix will be provided for the firm to explain the required information on remuneration rates. 6.4 Having selected the firm on the basis including an evaluation of proposed key professional staff, the Client expects to negotiate a contract on the basis of the experts named in the proposal. Before contract negotiations, the Client will require assurances that the proposed experts will be actually available. The Client will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or that such changes are critical to meet the objectives of the assignment. If this is not the case and if it is established that key staff were offered in the proposal without confirming their availability, the firm may be disqualified. 6.5 The negotiations will conclude with a review of the draft form of the contract. On completion of negotiations, the Client and the firm will initial the agreed contract. If negotiations fail, the Client will invite the firm whose proposal received the second highest score to negotiate a Contract. 7. Award of Contract 7.1 The contract will be awarded following negotiations. After negotiations are completed, the Client will promptly notify other consultants on the shortlist that they were unsuccessful and return the unopened Financial Proposals of those consultants who did not pass the technical evaluation (paragraph 5.3). 7.2 The firm is expected to commence the assignment on the date and at the location specified in the Data Sheet. 8. Confidentiality 8.1 Information relating to the evaluation of proposals and recommendations concerning awards shall not be disclosed to the consultants who submitted the proposals or to other persons not officially concerned with the process, until the winning firm has been notified that it has been awarded the contract. September
15 Section 2. Information to Consultants - Appendix Appendix: 6 Financial Negotiations; Breakdown of Staff Rates APPENDIX TO INFORMATION TO CONSULTANTS Financial Negotiations 7 Breakdown of Remuneration Rates 1. Review of Remuneration Rates 1.1 The remuneration rates for staff are made up of salary, social costs, overheads, fee that is profit, and any premium or allowance paid for assignments away from headquarters. To assist the firm in preparing for financial negotiations, a sample form giving a breakdown of rates is attached (no financial information should be included in the Technical Proposal). Agreed breakdown sheets shall form part of the negotiated contract. 1.2 The Client is charged with the custody of African Union funds and is expected to exercise prudence in the expenditure of these funds. The Client is therefore concerned with the reasonableness of the firm s Financial Proposal, and, during negotiations, expects to be able to review audited financial statements backing up the firm s remuneration rates. The firm shall be prepared to disclose such audited financial statements for the last three years, to substantiate its rates, and accept that the proposed rates and other financial matters are subject to scrutiny. Rate details are discussed below. (i) (ii) Salary This is the gross regular cash salary paid to the individual in the firm s home office. It shall not contain any premium for work away from headquarters or bonus (except where these are included by law or government regulations). Bonus Bonuses are normally paid out of profits. Because the Client does not wish to make double payments for the same item, staff bonuses shall not normally be included in the rates. Where the consultant s accounting system is such that the percentages of social costs and overheads are based on total revenue, including bonuses, those percentages shall be adjusted downward accordingly. Where national policy requires that 13 months pay be given for 12 months work, the profit element need not be adjusted downward. Any discussions on bonuses shall be supported by audited documentation, which shall be treated as confidential. (iii) Social Costs 6 Delete this Appendix in the case of Quality- and Cost-Based Selection (QCBS), Fixed-Budget Selection, or Least-Cost 7 Selection. Used under Quality-Based Selection, Selection Based on Qualifications, and Single-Source Selection. September
16 Section 2. Information to Consultants - Appendix Social costs are the costs to the firm of staff s non-monetary benefits. These items include, inter-alia, pension, medical and life insurance costs, and the cost of a staff member being sick or on vacation. In this regard, the cost of leave for public holidays is not an acceptable social cost nor is the cost of leave taken during an assignment if no additional staff replacement has been provided. Additional leave taken at the end of an assignment in accordance with the firm s leave policy is acceptable as a social cost. (iv) Cost of Leave The principles of calculating the cost of total days leave per annum as a percentage of basic salary shall normally be as follows: Leave cost as percentage of salary = total days leave x 100 [365 - w - ph - v - s] Where w = weekends, ph = public holidays, v = vacation, and s = sick leave. It is important to note that leave can be considered a social cost only if the Client is not directly charged for the leave taken. (v) Overheads Overhead expenses are the firm s business costs that are not directly related to the execution of the assignment and shall not be reimbursed as separate items under the contract. Typical items are home office costs (partner s time, non-billable time, time of senior staff monitoring the project, rent, support staff, research, staff training, marketing, etc.), the cost of staff not currently employed on revenue-earning projects, and business promotion costs. During negotiations, audited financial statements, certified as correct by an independent auditor and supporting the last three years overheads, shall be available for discussion, together with detailed lists of items making up the overheads and the percentage by which each relates to basic salary. The Client will not accept an add-on margin for social charges, overhead expenses, etc., for staff who are not permanent employees of the firm. In such case, the firm shall be entitled only to administrative costs and fees on the monthly payments charged for subcontracted staff. (vi) Fee or Profit The fee or profit shall be based on the sum of the salary, social costs, and overhead. If any bonuses paid on a regular basis are listed, a corresponding reduction in the profit element shall be expected. Fee or profit shall not be allowed on travel or other reimbursable expenses, unless in the latter case an unusually large amount of equipment has to be procured. The firm shall note that payments shall be made against an agreed estimated payment schedule as described in the draft form of the contract. (vii) Away from Headquarters Allowance or Premium Some consultants pay allowances to staff working away from headquarters. Such allowances are calculated as a percentage of salary and shall not draw overheads or profit. Sometimes, by law, such allowances may draw social costs. In this case, the amount of this social cost shall still be shown under social costs, with the net September
17 Section 2. Information to Consultants - Appendix allowance shown separately. This allowance, where paid, shall cover home education, etc. and similar items shall not be considered as reimbursable costs. (viii) Subsistence Allowances Subsistence allowances are not included in the fee rates, but are paid separately and in the Currency of the Country specified for performance of the Services where practical. No additional subsistence is payable for dependents - the subsistence rate shall be the same for married and single team members. UN standard rates for the Country specified for the performance of the Services may be used as reference to determine subsistence allowances. 2. Reimbursables 2.1 The financial negotiations shall further focus on such items as out-of-pocket expenses and other reimbursable expenses. These costs may include, but are not restricted to, cost of surveys, equipment, office rent, supplies, international and local travel, computer rental, mobilisation and demobilisation, insurance, and printing. These costs may be either fixed or reimbursable in foreign or local currency. 3. Bank Guarantee 3.1 Payments to the firm, including payment of any advance payment covered by a bank guarantee, shall be made according to an agreed estimated schedule ensuring the firm regular payments in local and foreign currency, as long as the services proceed as planned. September
18
19 Section 2. Information to Consultants - Appendix [Title of Consulting Services] [Procurement Number] INFORMATION TO CONSULTANTS BREAKDOWN OF AGREED FIXED RATES 8 : [Currency: 9 ] Consultants Name Position Basic Rate 10 Social Charge ( % of 1) Overhead ( % of 1) Subtotal Fee ( % of 4) Away from Headquarters Allowance ( % of 1) Total Agreed Fixed Rate Agreed Fixed Rate ( % of 1) Project Staff in Country Staff in Home Office Signature of Consultant: Authorised Representative: Title: Date: Name: 8 9 This model form is given for negotiation purposes only. It is not part of the proposals (technical or financial). If different currencies, a different table for each currency should be used. 10 Per month, day, or hour as appropriate. September
20 Section 3. Information to Consultants Data Sheet Section 3 - Data Sheet ITC Clause Reference ITC Clause 1.1 The name of the Client is:au-ibar The method of selection is: Fixed Budget ITC Clause 1.2 Technical and Financial Proposals are requested The name, and Procurement Number of the assignment are: VETGOV POLICY FORMULATION ITC Clause 1.5 The Client will provide the following inputs: TORS ITC Clause 1.11 The clauses on fraud and corruption in the Contract are: ITC Clause 2.1 Clarifications may be requested up to 3 days before the submission date. The address for requesting clarifications is: [email protected] ITC Clause 3.1 ITC Clause 3.3(ii) ITC Clause 3.3(iv) ITC Clause 3.3(vi) Proposals should be submitted in the English language. The estimated number of professional staff-months required for the assignment is: The firm to propose adequate consultants The minimum required experience of proposed professional staff is: See TORS Reports that are required under the assignment shall be submitted in the English language. ITC Clause 3.4(viii) Additional information required in the Technical Proposal is: [ See TORS] ITC Clause 3.10 Proposals must remain valid for 60 days after the submission date. ITC Clause 4.3 ITC Clause 4.4 Consultants must submit 1 original and 2 copies of each proposal. The address for submission of proposals is: African Union - Interafrican Bureau for Animal Resources Kenindia Business Park, Museum Hill, Westlands Road P.O. Box , Nairobi, Kenya September
21 Section 3. Information to Consultants Data Sheet ITC Clause 4.5 Proposals must be submitted no later than 06 th October 2015 ITC Clause 5.1 ITC Clause 5.3 The address for communications to the Client is: Sadou Abdoulwahidou, Procurement Officer, AU-IBAR The criteria and respective scores for evaluating the technical offer will be: SEE EVALUATION CRITERIA IN SECTION 6 ITC Clause 5.7 The single currency for price conversions is: USD The source of official selling rates is: UN Exchange rate The date of exchange rates is: closing date of the RFP ITC Clause 5.8 The formula for determining the financial scores is: Sf = 100 x Fm/F Where Sf is the financial score, Fm is the lowest price and F the price of the proposal under consideration. NA SEE EVALUATION CRITERIA IN SECTION 6 ITC Clause 6.1 Negotiations will be held at : ITC Clause 7.2 The assignment is expected to commence on [date] at [location]: September
22 Section 4. Technical Proposal - Standard Forms Section 4. Technical Proposal - Standard Forms 4A. Technical Proposal submission form. 4B. Firm s references. 4C. Comments and suggestions of consultants on the Terms of Reference and on data, services, and facilities to be provided by the Client. 4D. Description of the methodology and work plan for performing the assignment. 4E. Team composition and task assignments. 4F. Format of curriculum vitae (CV) for proposed professional staff. 4G. Time schedule for professional personnel. 4H. Activity (work) schedule. September
23 Section 4. Technical Proposal - Standard Forms 4A. TECHNICAL PROPOSAL SUBMISSION FORM {Location, Date} To: {Name and address of Client} Sir / Madam: We, the undersigned, offer to provide the consulting services for {Title of consulting services and Procurement Number} in accordance with your Request for Proposals dated {Date} and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial 11 Proposal sealed under a separate envelope. We declare that we have no conflict of interest as defined by Section 1.7 of the Information to Consultants in relationship to performance of this assignment. If negotiations are held during the period of validity of the Proposal, i.e., before {Date} we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorised Signature: Name and Title of Signatory: Name of Firm: Address: 11 In Quality-Based Selection, the proposal may include only a Technical Proposal. If this is the case, delete and a Financial Proposal sealed under a separate envelope. September
24 Section 4. Technical Proposal - Standard Forms 4B. FIRM S REFERENCES Relevant Services Carried Out in the Last Five Years That Best Illustrate Qualifications Using the format below, provide information on each assignment for which your firm/entity, either individually as a corporate entity or as one of the major companies within an association, was legally contracted. Assignment Name: Country: Location within Country: Name of Client: Professional Staff Provided by Your Firm/Entity(profiles): No. of Staff: Address: No. of Staff-Months; Duration of Assignment: Start Date (Month/Year): Completion Date (Month/Year): Approx. Value of Services (in Current US$): Name of Associated Consultants, If Any: No. of Months of Professional Staff Provided by associated Consultants: Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed: Narrative Description of Project: Description of Actual Services Provided by Your Staff: Firm s Name: September
25 Section 4. Technical Proposal - Standard Forms 4C. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF REFERENCE AND ON DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY THE CLIENT On the Terms of Reference: On the data, services, and facilities to be provided by the Client: September
26 Section 4. Technical Proposal - Standard Forms 4D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT September
27 Section 4. Technical Proposal - Standard Forms 4E. TEAM COMPOSITION AND TASK ASSIGNMENTS 1. Technical/Managerial Staff Name Position Task 2. Support Staff Name Position Task September
28 Section 4. Technical Proposal - Standard Forms 4F. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF Proposed Position: Name of Firm: Name of Staff: Profession: Date of Birth: Years with Firm/Entity: Nationality: Membership in Professional Societies: Detailed Tasks Assigned: Key Qualifications: {Give an outline of staff member s experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use about half a page.} Education: {Summarize college/university and other specialized education of staff member, giving names of schools, dates attended, and degrees obtained. Use about one quarter of a page.} Languages: {For each language indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.} September
29 Section 4. Technical Proposal - Standard Forms Employment Record: {Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, titles of positions held, and locations of assignments. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use about two pages.} Certification: I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications, and my experience. {Signature of staff member and authorized representative of the firm} Date: Day/Month/Year Full name of staff member: Full name of authorised representative: September
30 Section 4. Technical Proposal - Standard Forms 4G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL Name Position Reports Due/Activities Months (in the Form of a Bar Chart) Number of Months Subtotal (1) Subtotal (2) Subtotal (3) Subtotal (4) Full-time: {key} Part-time: {key} Reports Due: {key} Activities Duration: {key} Signature: {Authorised representative} Full Name: Title: Address: September
31 Section 4. Technical Proposal - Standard Forms 4H. ACTIVITY (WORK) SCHEDULE A. Field Investigation and Study Items [1st, 2nd, etc. are months from the start of assignment.] 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th Activity (Work) B. Completion and Submission of Reports Reports Date 1. Inception Report 2. Interim Report (a) First Status Report (b) Second Status Report 3. Draft Final Report 4. Final Report September
32 Section 5. Financial Proposal - Standard Forms Section 5. Financial Proposal - Standard Forms 5A. Financial Proposal submission form. 5B. Summary of costs. 5C. Breakdown of price per activity. 5D. Breakdown of remuneration per activity. 5E. Reimbursables per activity. 5F. Miscellaneous expenses. September
33 Section 5. Financial Proposal - Standard Forms 5A. FINANCIAL PROPOSAL SUBMISSION FORM {Date} To: {Name and address of Client] Sir / Madam: We, the undersigned, offer to provide the consulting services for {Title of consulting services and Procurement Number} in accordance with your Request for Proposals dated {Date} and our Proposal (Technical and Financial Proposals). Our attached Financial Proposal is for the sum of {Amount in words and figures}. This amount is exclusive of the local taxes which shall be identified during negotiations and shall be added to the above amount. Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e., {Date}. Commissions and gratuities, if any, paid or to be paid by us to agents relating to this Proposal and Contract execution, if we are awarded the Contract, are listed below: Name and Address of Agents Amount and Currency Purpose of Commission or Gratuity We understand you are not bound to accept any Proposal you receive. Yours sincerely, Authorised Signature: Name and Title of Signatory: Name of Firm: Address: September
34 Section 5. Financial Proposal - Standard Forms 5B. SUMMARY OF COSTS Cost Elements Currency(ies) 12 Amount(s) Total Amount of Financial Proposal 12 Maximum of three currencies in addition to the Currency of the Country specified for performance of the Services. September
35 Section 5. Financial Proposal - Standard Forms 5C. BREAKDOWN OF PRICE PER ACTIVITY Activity No.: Description: Price Component Currency(ies) Amount(s) Remuneration Reimbursables Miscellaneous Expenses Subtotal September
36 Section 5. Financial Proposal - Standard Forms 5D. BREAKDOWN OF REMUNERATION PER ACTIVITY Activity No. Activity Name: Names Position Input 13 Currency(ies) Rate Remuneration Amount Regular staff Local staff Consultants Grand Total 13 Staff months, days, or hours as appropriate. September
37 Section 5. Financial Proposal - Standard Forms 5E. REIMBURSABLES PER ACTIVITY Activity No: Name of Activity: Item No. Description Unit Quantity Currency Unit Price Total Amount 1. International flights Trip Miscellaneous travel expenses Subsistence allowance Local transportation costs 14 Trip Day 5. Office rent/accommodation/ clerical assistance Grand Total 14 Local transportation costs are not included if local transportation is being made available by the Client. Similarly, in the project site, office rent/accommodations/clerical assistance costs are not to be included if being made available by the Client. September
38 Section 5. Financial Proposal - Standard Forms 5F. MISCELLANEOUS EXPENSES Activity No. Activity Name: Item No. Description Unit Quantity Currency Unit Price Total Amount 1. Communication costs between and 2. Drafting, reproduction of reports Equipment: vehicles, computers, photocopiers, etc. Software Other (specify) Grand Total September
39 Section 6. Terms of References Section 6. Terms of Reference TERMS OF REFERENCE (TORS) FOR POLICY FORMULATION Preamble The prevailing institutional environment in most African countries is not conducive to the provision of affordable, accessible and sustainable quality veterinary services. Among the challenges for livestock development in Africa is inadequate capacity to generate, collate and manage information for evidence based advocacy and policy formulation, the low level of engagement in policy processes, and inadequate implementation capacities. An analysis of these problems provides the basis for the approach in the VET-GOV programme that aims to improve aspects of Governance and Institutional reforms required to improve the provision of veterinary services in Africa. The strategic goal of the Programme is to bring about institutional strengthening of veterinary services towards (i) the establishment of adequate veterinary services at the national level (ii) strengthen regional institutions to play their roles of coordination, harmonization, integration and support to countries to stimulate a more conducive environment for public and private investments in the livestock sector. The programme focuses on three main areas: Creating a conducive and participatory change environment through evidence-based advocacy and knowledge creation; Build institutional and individual capacity in policy analysis, formulation and implementation to undertake institutional strengthening of veterinary services; Encouraging change through supporting initiatives with high leverage effects. Rationale Following the baseline assessment of livestock and related policies, strategies and legislation, the establishment of National Livestock Policy Hubs (LPH), livestock policy formulation and implementation gaps were identified and validated at the national level by all stakeholders. This approach has set the scene for a paradigm shift from a linear approach to policy development to an inclusive one based on the principles of participation and evidence. This change in approach led to extensive consultation at the national levels, the outcomes of which are national action plans clearly outlining the needed policy support. This request for proposals (RFP) therefore seeks to identify and engage consultancy firms to undertake activities outlined below. Scope of Work Under the direct supervision of the Permanent Secretary responsible for livestock development and the overall supervision of the Director AU-IBAR, the incumbent will perform the following tasks: September
40 Section 6. Terms of References 1. Liaise with the VET-GOV Regional Coordinator, the relevant national authorities, the Livestock Policy Hub (LPH), the CAADP national team, the policy analysis units and other relevant stakeholders to establish a complete inventory of policy/strategies and legislative documents 2. Critically review the inclusion of livestock in the CAADP compact, National Agricultural Investment Plan (NAIP) 3. Critically review and synthesize the identified policies and strategies and build consensus on areas that need update 4. Evaluate and propose adjustments in line with 2 and 3 above. 5. Prepare and submit an updated draft document to a panel of experts. 6. Prepare and make a Presentation on the Draft Report to the LPH and CAADP national team 7. Prepare and submit a final report The scope of work will be undertaken in seven different lots representing a group of counties. The consultants may apply for one or more lots. The task will include but not limited to the following: Lot 1: Maximum budget USD 105,000 (All inclusive) Livestock policy development in the following countries: Comoros, DRC, Madagascar, Malawi and Seychelles Development of a Strategic plan, Bio-security Bill, and Animal Health Strategies for Seychelles Value chain studies in Madagascar LITS and livestock contribution GDP in Malawi Lot 2: Maximum budget USD 85,000 (All inclusive) Livestock policy development in the following countries: Burundi, Kenya, Tanzania and Uganda Animal Resources Policy Development in Rwanda Profiling and demonstration of livestock contribution to the economy for increase investment in Uganda Lot 3: Maximum budget USD 45,000 (All inclusive) Livestock policy development in the following countries: Congo, Equatorial Guinea and Gabon (compensation policy) Lot 4: Maximum budget USD 120,000 (All inclusive) Livestock policy development in the following countries: Benin, Cape Verde, Guinea Bissau, Liberia, Sierra Leone, Nigeria and Togo Review of land tenure and land use policy related to livestock & National livestock policy on vets and para-vets in Gambia Lot 5: Maximum budget USD 55,000 (All inclusive) September
41 Section 6. Terms of References Livestock livestock policy development in the following countries: Eritrea and South and Central Somalia Policy development of other sector policies (e.g. Breeding, dairy, pastoralism, livestock genetic resource conservation and disease control in South Sudan) Review and or develop marketing and pricing policies of livestock, livestock products, and inputs in Eritrea Lot 6: Maximum budget USD 60,000 (All inclusive) Livestock policy development in the following countries: Angola, Lesotho, Namibia and Swaziland Lot 7: Maximum budget USD 30,000 (All inclusive) Livestock policy development in the following countries: Algeria, Libya Deliverables 1. Updated / or developed national livestock policies as per the requirements of the countries. 2. A report of the status and recommendation for enhanced inclusion of livestock into the country CAADP compacts and the National Agricultural Investment Plans (NAIP) 3. A draft report for deliberation by stakeholders 4. Final Report Constancy Period The consultancy period should not exceed 60 days over a period of three months effective from 1 st November Interested firms are required to provide Technical and Financial Proposals and taking into consideration the maximum available budget for the desired consultancy lot stated above. TECHNICAL PROPOSAL For each consultancy, the applicants should submit a Technical Proposal that should include: Outlining methodologies, for conducting the consultancy as per the tasks and indicate the number of days to accomplish this task. A profile and CVs of the consultant(s) undertaking the work indicating relevant academic qualifications and professional experience Information showing past experience in related field, demonstrating an inventory of past and current assignments of similar nature. Contact addresses (Postal, and telephone) of at least three referees or any other information that may show the consultant s ability to carry out the assignment to satisfaction. September
42 Section 6. Terms of References FINANCIAL PROPOSAL The financial proposal should provide a detailed breakdown inclusive of consultancy fees, travel costs and DSA for field visits where applicable and incidental expenses. SUBMISSION OF PROPOSALS For each interest lot (consultancy), the technical and financial proposals should be submitted in two separate envelopes; each clearly marked Technical proposal or Financial proposal. The two proposals should be enclosed in a single envelope clearly marked Lot Number and title of the Consultancy. For consultants interested in more than one lot (consultancy) the technical and financial proposals envelopes could be enclosed in a single envelope clearly marked the lots and titles of the consultancies. The deadline for application is 06 Octobre 2015 at 15:00 Nairobi, Local Time. EVALUATION CRITERIA The evaluation and award will be done by lot (i.e. per consultancy). The evaluation criteria will be applied as follows: A- Mandatory requirements No Requirements Y/N 1 Legal Status: Registration/Business Certificate or Authorization to exercise for academic institutions 2 Must be a firm or an institution operating in livestock sector B- Technical Scoring Criteria Maximum score 1. Experience Firm General experience in Livestock sector 10 0 point for less than 3 years 5 points between 5 years and 10 years 10 points for more than 10 years 1.2 Specific experience (similar consultancies) 30 2 points for each similar consultancy up to a max. of 30 points (for each consultancy, provide name of the client and amount of the consultancy) 2. Staffing/Relevant qualifications 20 CVs of the proposed consultants Methodology approach/timeframe 30 Methodology, Approach and proposed period Other abilities (publications, languages, IT, etc.) 10 Other abilities (publications, languages, IT, etc.) 10 September
43 Section 6. Terms of References The Consultancy firm or institution must fulfil the mandatory requirements and score at least 70/100 in order to be considered for further evaluation. Financial evaluation The consultancy with the highest technical score whose financial proposal is within the maximum allocated budget will be selected. A firm could be awarded one or more lots. September
44 Section 6. Terms of References Section 6. Termes de Références (En français pour les francophones) Préambule TERMES DE REFERENCE (TDR) RELATIVES A L APPEL A PROPOSITIONS POUR UNE EXPERTISE EN MATIERE DE FORMULATION DE POLITIQUES L environnement prévalant dans la plus part des pays africains n est pas favorable à une prestation de services vétérinaires durables, de qualité, accessibles et abordables. Parmi les défis pour le développement de l Elevage en Afrique il y a la capacité inadéquate à générer, examiner et gérer les informations en vue de veiller à ce que le plaidoyer et les politiques formulées soient fondées sur les résultats, mais aussi pour aborder le faible niveau d implication dans les processus d élaboration des politiques et les capacités inadéquates de mise en œuvre. Une analyse de ces problèmes sert de base pour l approche du programme VET-GOV qui ambitionne d améliorer les aspects relatifs aux réformes gouvernementales et institutionnelles requises pour améliorer la prestation des services vétérinaires en Afrique. Le but stratégique du Programme est de renforcer, sur le plan institutionnel, les services vétérinaires à travers (i) la mise en place de services vétérinaires adéquats au niveau national, (ii) le renforcement des institutions régionales pour qu elles jouent leur rôle de coordination, d harmonisation et d intégration afin de soutenir les pays pour qu ils stimulent davantage un environnement plus favorable aux investissements tant public que privé dans le secteur de l Elevage. Le programme se focalise sur trois axes principaux : Etablir un contexte porteur de changement participatif et favorable à travers un plaidoyer axé sur les résultats et sur la génération de connaissances; Développer les capacités individuelles et institutionnelles en matière non seulement d analyse, de formulation et de mise en œuvre des politiques, mais aussi de prise en charge du renforcement institutionnel des services vétérinaires; Encourager le changement par le biais d initiatives d appui ayant un effet significatif de levier. Justification Suite à l évaluation de base de l Elevage, des stratégies, de la législation et des politiques qui y sont relatives, la mise en place de plateformes (hubs) nationales des politiques relatives à l élevage (CNPE) et l identification des lacunes dans la formulation et la mise en œuvre des politiques sur l élevage ont été identifiés et validés au niveau national par toutes les parties prenantes. Cette approche a donné le ton pour un changement de paradigme passant d une approche linéaire d élaboration des politiques à une autre approche plus inclusive et fondée September
45 Section 6. Terms of References sur les principes de participation et de résultats. Ce changement dans l approche a abouti à une consultation élargie au niveau national dont les résultats sont les Plans nationaux qui définissent clairement le soutien désiré. Par conséquent, cet appel à propositions (AAP) vise à identifier et à engager des cabinets d experts-conseil pour entreprendre les activités indiquées ci-dessous. Portée Sous la supervision directe du Secrétaire général responsable du Développement de l Elevage, et sous l égide du Directeur de l UA-BIRA, le préposé sera en charge des tâches suivantes: 8. Prendre attache avec le coordinateur Régional de VET-GOV, les autorités nationales compétentes, le Centre national en charge des politiques relatives à l élevage, l équipe pays du PDDAA, les unités d analyse des politiques et toutes autres parties prenantes pertinentes, en vue d établir un inventaire exhaustif des politiques, stratégies et des documents législatifs 9. Examiner de manière critique l inclusion de l Elevage dans le compact du PDDAA, et dans le Plan national pour les investissements agricoles (PNIA) 10. Procéder à l examen critique et synthétiser les politiques et stratégies identifiées et développer un consensus sur les domaines qui nécessitent une mise à jour 11. Evaluer et proposer des ajustements en fonction des points 2 et 3 ci-haut mentionnés 12. Elaborer et soumettre un projet de document actualisé à un panel d experts 13. Elaborer et faire un exposé sur le Projet de Rapport au CNPE et à l équipe pays du PDDAA 14. Elaborer et soumettre un rapport définitif L étendue du travail se fera en sept lots différents regroupant chacun un certain nombre de pays. Les consultants peuvent postuler pour un ou plusieurs lots. Parmi les tâches imparties figurent les suivantes: Lot 1: Budget maximum 105,000 $ EU (Tout compris) Élaboration de politiques d'élevage dans les pays suivants : RDC, Madagascar, Malawi, Comores et Seychelles Elaboration d'un plan stratégique, d un projet de loi sur la biosécurité et des stratégies de santé animale pour les Seychelles Etudes sur les chaines de valeur à Madagascar Système d identification et de traçabilité du betail et Contribution de l'élevage au PIB du Malawi Lot 2: Budget maximum 85,000 $ EU (Tout compris) Elaboration des politiques d élevage dans les pays suivants : Burundi, Kenya, Tanzanie et Ouganda Elaboration de politiques relatives aux ressources animales au Rwanda September
46 Section 6. Terms of References Analyser et démontrer la contribution de l Elevage dans l économie en vue d accroître les investissements en Ouganda Lot 3: Budget maximum 45,000 $ EU (Tout compris) Elaboration des politiques d'élevage dans les pays suivants : Congo, Guinée Equatoriale et Gabon (politique sur les indemnisations) Lot 4: Budget maximum 120,000 $ EU (Tout compris) Elaboration de politiques d élevage dans les pays suivants: Bénin, Cap-Vert, Guinée- Bissau, Libéria, Sierra Leone, Nigéria et Togo Examen des politiques relatives à l aménagement du territoire et à l occupation des sols en relation avec l élevage et la politique Nationale sur l élevage et son incidence sur les vétérinaires et les para-vétérinaires en Gambie Lot 5: Budget maximum 55,000 $ EU (Tout compris) Elaboration de politiques d'elevage dans les pays suivants: Erythrée et Somalie du Sud et du Centre Elaboration des politiques et autres politiques sectorielles (p. ex. reproduction, produits laitiers, pastoralisme, conservation des ressources génétiques du bétail et contrôle de maladies au Sud-Soudan) Réviser et ou élaborer les politiques relatives à la commercialisation et la tarification non seulement de l élevage, mais aussi des produits et intrants qui y sont liés en Érythrée Lot 6: Budget maximum 60,000 $ EU (Tout compris) Elaboration des politiques en matière d élevage dans les pays suivants : Angola, Lesotho, Namibie et Swaziland Lot 7: Budget maximum 30,000 $ EU (Tout compris) Elaboration des politiques en matière d élevage dans les pays suivants: Algérie, Lybie Résultats escomptés 5. Politiques d élevage actualisées/élaborées en fonction des besoins des pays, 6. Un rapport sur l état des lieux et les recommandations pour une inclusion améliorée de l Elevage dans les compacts pays du PDDAA et dans les Plans Nationaux d Investissement Agricole (PNIA) 7. Un projet de rapport soumis aux parties prenantes pour examen 8. Un rapport final Période d exécution Les cabinets intéressés sont tenus de fournir des propositions financières et techniques tout en tenant compte du budget maximal disponible pour les lots décrits ci-dessus. September
47 Section 6. Terms of References PROPOSITION TECHNIQUE Pour toute consultance, les candidats doivent soumettre une Proposition technique qui comporte les éléments suivants : Une description des méthodologies qui seront mises en œuvre pour mener à bien chaque tâche et indiquer le nombre de jours requis ; Un profil ainsi que les Curriculum Vitae du/des expert/s proposé, indiquant les qualifications académiques et expérience professionnelle ; Des informations prouvant l expérience acquise dans le domaine de l élevage et qui font l inventaire des œuvres antérieurs et actuels de même nature ; Adresse et coordonnées (boite Postale, courriel et téléphone) d au moins trois références ou toutes autres informations pouvant attester de la capacité du cabinet à mener à bien le travail. PROPOSITION FINANCIERE La proposition financière devrait être détaillée, mettant en évidence les honoraires des experts, les frais de voyage et les perdiems pour les visites sur le terrain lorsqu il y a lieuet tout autre frais relatif à la consultationsoumission DES PROPOSITIONS Pour chaque lot (consultance), les propositions techniques et financières doivent être soumises dans deux enveloppes distinctes; avec les mentions «Proposition technique» et «Proposition financière». Les deux propositions doivent être contenues dans une unique enveloppe où il sera mentionné le Numéro du lot et le Titre de la Consultance. Pour les consultants intéressés par plus d'un lot (consultance) les enveloppes de propositions techniques et financières pourraient être mises dans une enveloppe unique portant lisiblement les lots et les intitulés/libellés des soumissions. La date limite pour les soumissions est fixée au 06 Octobre 2015 à 15H:00; heure locale de Nairobi CRITERES D EVALUATION L'évaluation et l'attribution se feront par lot (c'est-à-dire par soumission). Les critères d'évaluation s'appliqueront comme suit : C- Exigences obligatoires September
48 Section 6. Terms of References No Exigences Oui/Non 1 Statut légal: enregistrement du cabinet/ Certificats et autorisation d exercer pour des institutions académiques 2 Doit être un cabinet ou une institution dont l élevage est son secteur d activité D- Notation technique Critère Note maximale 5. Experience Expérience générale du cabinet dans le secteur de l élevage 10 0 point pour moins de 3ans 5 points entre 5 et dix ans 10 points pour plus de 10 ans 1.2 Expérience spécifique (Expertises similaires) 30 2 points pour chaque expertise similaire jusqu à un maximum de 30 points (pour chaque expertise, fournir le nom du client et le montant du contrat) 6. Personnel/Qualifications pertinentes 20 CV des consultants proposés Approche méthodologique/ délai 30 Méthodologie, Approche et période proposée Autres compétences (publications, langues, TIC, etc.) 10 Autres compétences (publications, langues, TIC, etc.) 10 Le cabinet ou l'établissement doit remplir les critères obligatoires et obtenir au moins 70/100 pour être qualifié à une évaluation plus poussée. Evaluation financière Le cabinet avec le meilleur score technique dont la proposition financière s inscrit dans le cadre du budget maximum alloué sera sélectionné. Un cabinet peut se voir octroyer les contrats pour un ou plusieurs lots. September
Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments
REQUEST FOR PROPOSALS Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments Public Procurement Board Accra, Ghana September 2003 i CONTENTS INTRODUCTION AND INSTRUCTIONS...1 SECTION
[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
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
REQUEST FOR PROPOSAL
AFRICAN PEER REVIEW MECHANISM REQUEST FOR PROPOSAL FOR THE PROVISION OF MANAGED PRINT SERVICES AT APRM NEW PREMISES. Procurement Number: 11/APRM/IT EQUIP/15 August 2013 Index of Contents CONTENTS AFRICAN
REQUEST FOR PROPOSALS, SELECTION OF CONSULTANTS
REPUBLIC OF RWANDA MINISTRY OF ENVIRONMENT AND LANDS REQUEST FOR PROPOSALS, SELECTION OF CONSULTANTS Title of Tender: TO UPDATE & RESOURCES MINISTRY OF CONSULTANCY SERVICES UPGRADE THE WATER DATABASEFOR
REQUEST FOR PROPOSALS
Table of Contents March 2012 REQUEST FOR PROPOSALS DISASTER RECOVERY/BUSINESS CONTINUITY SERVICES Soliciting detailed proposals for the development of plans to meet a variety of contingencies REQUEST FOR
Selection of Consultants By the World Bank
STANDARD REQUEST FOR PROPOSALS Selection of Consultants By the World Bank The World Bank Washington, D.C. March 2007 CONTENTS Preface... iv Section 1. Letter of Invitation... 7 Section 2. Instructions
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
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
Road Safety and Transport Authority Ministry of Information and Communications Royal Government of Bhutan
S T A N D A R D R E Q U E S T F O R P R O P O S A L S P r o c u r e m e n t o f Consult i n g S e r vices Road Safety and Transport Authority Ministry of Information and Communications Royal Government
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
REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYERI REQUEST FOR PROPOSAL CONSULTANCY SERVICES
REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYERI REQUEST FOR PROPOSAL CONSULTANCY SERVICES REQUEST FOR PROPOSALS FOR CONSULTANCY SERVICES FOR THE DEVELOPMENT OF A COUNTY INTEGRATED PERFORMANCE MANAGEMENT SYSTEM
LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984
REQUEST FOR PROPOSAL (RFP) HIRING OF SERVICES OF ENGINEERING CONSULTING FIRM For CONSTRUCTION SUPERVISION FOR THE PROJECT DEVELOPMENT OF STORM WATER DRAINAGE SYSTEM ALONG BOUNDARY WALL OF LAKHODAIR LANDFILL
REQUEST FOR PROPOSALS For. Establishment & Management of Citizen Help Desk
1 REQUEST FOR PROPOSALS For Establishment & Management of Citizen Help Desk October 2012 Karnataka Health System Development & Reform Project PHI Building, Sheshadri Road, K.R.Circle, Bangalore -560 001
Guidelines (Rules) for the Procurement of Services 1
Southern African Development Community Project Preparation and Development Facility Guidelines (Rules) for the Procurement of Services 1 Revision 1 November 2013 1 Adapted from the African Development
EMPLOYEES OLD-AGE BENEFITS INSTITUTION
EMPLOYEES OLD-AGE BENEFITS INSTITUTION HEAD OFFICE, G.P.O. BUILDING I.I. CHUNDRIGAR ROAD, KARCHI REQUEST FOR PROPOSAL FOR HUMAN RESOURCE CONSULTANCY SERVICES A. INVITATION TO BID The Employees Old-Age
Standard Request for Proposals Selection of Consultants
STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants September 2012 This document is subject to copyright. This document may be used and reproduced for non-commercial
CONSULTANCY SERVICES FOR ASSESSMENT OF THE STATUS OF DEVOLUTION IN KENYA
TRANSITION AUTHORITY AUGUST, 2015 REQUEST FOR PROPOSALS (RFP) TENDER NUMBER: TA-TENDER/ RFP-07-2015 2016 CONSULTANCY SERVICES FOR ASSESSMENT OF THE STATUS OF DEVOLUTION IN KENYA CLOSING DATE: MONDAY, 30
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
CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED)
1 CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED) CONTRACT THIS CONTRACT ( Contract ) is entered into this
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
REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES FOR ENTERPRISE RISK MANAGEMENT TENDER NO.: PC/RFP/03/2015-2016 SELECTION OF CONSULTANTS
P.O. Box - 34542-00100 Tel :+254 20 2212346/7/8 Fax :+254 20 2212237 Extelcoms House,11th Floor Haile Selassie Avenue Nairobi, Kenya REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES FOR ENTERPRISE
R E Q U E S T F O R P R O P O S A L S ( R F P )
ISO 9001:2008 CERTIFIED R E Q U E S T F O R P R O P O S A L S ( R F P ) ( S E L E C T I O N O F P R O F E S S I O N A L C O N S U L T A N T S ) PROVISION OF CONSULTANCY SERVICES FOR TECHNICAL DESIGN, DEVELOPMENT,
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
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
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
City of Kisumu KISUMU URBAN PROJECT REQUEST FOR PROPOSALS FOR PROVISION OF MEDIA CONSULTING SERVICES FOR KISUMU CITY TENDER NO. CCK/KUP/RFP/2/2014/028
1 City of Kisumu KISUMU URBAN PROJECT REQUEST FOR PROPOSALS FOR PROVISION OF MEDIA CONSULTING SERVICES FOR KISUMU CITY TENDER NO. CCK/KUP/RFP/2/2014/028 FUNDING: AGENCE FRANCAISE DE DEVELOPPEMENT (AFD)
Principles and Procedures. Applicable to. The Procurement of. Consulting Services. Under. Transaction Advisory Services Provided by
Principles and Procedures Applicable to The Procurement of Consulting Services Under Transaction Advisory Services Provided by Asian Development Bank November 2013 This document has been prepared for ADB
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,
Consultants Services, Lump-Sum Remuneration
1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name
REQUEST FOR PROPOSALS (RFP) (PROVISION OF CONSULTANCY SERVICES TO IMPLEMENT IDENTITY & ACCESS MANAGEMENT AND CENTRAL LOGGING)
ISO 9001:2008 CERTIFIED REQUEST FOR PROPOSALS (RFP) (PROVISION OF CONSULTANCY SERVICES TO IMPLEMENT IDENTITY & ACCESS MANAGEMENT AND CENTRAL LOGGING) RFP NO. KRA/HQS/NCB-33/2011-2012. RE-ADVERTISEMENT
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
GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS
GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS Japan International Cooperation Agency (JICA) December 2006 (Amended December 2009) version 1.0 CONTENTS INTRODUCTION...
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
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:
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
Request for Proposal (RFP) GOVERNMENT OF JAMAICA CABINET OFFICE PUBLIC SECTOR MODERNISATION DIVISION (PSMD) REQUEST FOR PROPOSAL (RFP) RFP#2009/P005
Request for Proposal (RFP) GOVERNMENT OF JAMAICA CABINET OFFICE PUBLIC SECTOR MODERNISATION DIVISION (PSMD) REQUEST FOR PROPOSAL (RFP) RFP#2009/P005 DESIGN CHART OF ACCOUNTS AND DEVELOP IMPLEMENTATION
SINGLE STAGE BIDDING For Supply, Installation, Customization and Automation of KALRO Business Processes (Financial Management System)
KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION HEADQUARTERS: Kaptagat Road, Loresho P.O. BOX 57811-00200 NAIROBI Telephone: 4183301-20/0722-206986/88 SINGLE STAGE BIDDING For Supply, Installation,
Guidelines Selection and Employment of Consultants by World Bank Borrowers
Guidelines Selection and Employment of Consultants by World Bank Borrowers January 1997 Revised September 1997, January 1999, and May 2002 Guidelines Selection and Employment of Consultants by World Bank
REQUEST FOR PROPOSAL (RFP) DOCUMENT
REQUEST FOR PROPOSAL (RFP) DOCUMENT Procurement of Consulting Services: Study on Sediment Management in Run-of-River Hydropower Projects of Nepal Lump-sum Assignments Quality- and Cost-Based Selection
Procurement of Provision of Computers and Computer Peripherals for CBUD cities
B I D D I N G D O C U M E N T S Issued on: 06 May 2013 for Procurement of Provision of Computers and Computer Peripherals for CBUD cities NCB No: CBUD/IT/201 Project: CAPACITY BUILDING FOR URBAN DEVELOPMENT
EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES
The Kenya Power & Lighting Co. Ltd. EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES TENDER NO. KPLC1/5BA/42U/01/11 LIST OF CONTENTS PART I INTRODUCTION PART II SUMMARY OF THE IN-HOUSE COURSES TO
SELECTION OF CONSULTANT
Request for Proposals RFP Ref. No. CERSAI/Notification/2015-687 Dated 12.01.2015or SELECTION OF CONSULTANT CONSULTANCY SERVICES FOR DATA QUALITY ASSESSMENT OF CERSAI Central Registry of Securitisation
Kenya Electricity Generating Company Limited
Kenya Electricity Generating Company Limited ADM-072 REQUEST FOR PROPOSALS FOR CONSULTANCY SERVICES FOR EMPLOYEE SATISFACTION AND WORK ENVIRONMENT SURVEY Kenya Electricity Generating Company Limited, Stima
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
Policies for the Selection and Contracting of Consultants financed by the Inter-American Development Bank GN-2350-9 March 2011
Policies for the Selection and Contracting of Consultants financed by the Inter-American Development Bank GN-2350-9 March 2011 Table of Contents Acronyms... iii I. Introduction... 1 Purpose... 1 General
Request for Proposals (RFP)
GOVERNMENT OF TAMILNADU Commissionerate of Municipal Administration 6 th Floor, Ezhilagam Annexe Building, Chepauk, Chennai - 600005 Tel: +91 44-044-28549924 Name of Project: Procurement of Hosted Exchange
CONSULTANTS. African Development Bank. Rules and Procedures for the Use of Consultants. Procurement and Fiduciary Services Department
CONSULTANTS African Development Bank Rules and Procedures for the Use of Consultants Procurement and Fiduciary Services Department May 2008 Edition, Revised July 2012 Those wishing to submit comments or
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
Municipal Council, Solan, Himachal Pradesh Phone : 01792-223532, Email : [email protected], [email protected]
Municipal Council, Solan, Himachal Pradesh Phone : 01792-223532, Email : [email protected], [email protected] Request for Proposal (RFP) Document for Selection of Consultancy Firms for Preparation of
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
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
REQUEST FOR PROPOSALS FOR UPGRADE OF T24 CORE BANKING, IMPLEMENTATION OF EDMS & DATA WAREHOUSING SYSTEMS TO CENTRAL BANK OF KENYA
BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 22324 Fax 310604/340192 REQUEST FOR PROPOSALS FOR UPGRADE OF T24 CORE BANKING, IMPLEMENTATION
Procurement of Consulting Services
S T A N D A R D R E Q U E S T F O R P R O P O S A L Procurement of Consulting Services Royal Government of Bhutan Ministry of Home and Cultural Affairs Department of Immigration October 2015 1 Preface
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
GUIDELINES: SELECTION AND EMPLOYMENT OF CONSULTANTS BY WORLD BANK BORROWERS
GUIDELINES: SELECTION AND EMPLOYMENT OF CONSULTANTS BY WORLD BANK BORROWERS May 2004 Revised October 1, 2006 & May 1, 2010 This is a MS Word version of the official Consultant Guidelines. If altered, this
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
SELECTION OF CONSULTANT
Request for Proposals RFP No. CERSAI/Notification/2015-51 dated 24.04.2015 SELECTION OF CONSULTANT CONSULTANCY SERVICES TO CERSAI FOR: A) SELECTING A SERVICE PROVIDER TO IMPLEMENT AND MANAGE THE CENTRAL
Municipal Council Mandi,, Himachal Pradesh Phone : (01905) 222146,
Municipal Council Mandi,, Himachal Pradesh Phone : (01905) 222146, 222146 Fax No. : (01905) 222146, Email : [email protected] Request for Proposal (RFP) Document for Selection of Consultancy Firms
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
SUWASA Nigeria - Bauchi Request for Proposal RFP-007. Accounting Training, QuickBooks Software Implementation
USAID Contract No.: EPP I 00 04 00019 00, Task Order No. 4 A USAID program implemented by Tetra Tech SUWASA Nigeria - Bauchi Request for Proposal RFP-007 Accounting Training, QuickBooks Software Implementation
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
Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73
Nepal Stock Exchange Limited NEPSE Singhadurbar Plaza, Kathmandu BIDDING DOCUMENT for Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract
Procurement of Textbooks and Reading Materials
S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Textbooks and Reading Materials The World Bank April 2015 This document is subject to copyright. This document may be used and reproduced
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
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,
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
Details for Engagement of Management Consulting Firm for OSRFS
Details for Engagement of Management Consulting Firm for OSRFS 1. Background. In order to continue with the pace of reform and to implement the next phase of Public Enterprises (PE) Reform, Odisha State
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
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
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
INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.
INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No. CS/28-01-13/1 January 2013 (Readvertised February 2013) Introduction The
PROVISION OF CUSTOMER SATISFACTION, STAFF SATISFACTION AND WORK ENVIRONMENT SURVEY SERVICES RFP NO. KRA/HQS/NCB - 028/2009-2010
ISO 9001:2000 CERTIFIED R E Q U E S T F O R P R O P O S A L S ( R F P ) ( S E L E C T I O N O F P R O F E S S I O N A L C O N S U L T A N T S ) PROVISION OF CUSTOMER SATISFACTION, STAFF SATISFACTION AND
ISLAMIC DEVELOPMENT BANK. Guidelines for the Use of Consultants Under ISLAMIC DEVELOPMENT BANK FINANCING
ISLAMIC DEVELOPMENT BANK Guidelines for the Use of Consultants Under ISLAMIC DEVELOPMENT BANK FINANCING June, 2005 Table of Contents 1. General Principles... 1 1.1 Purpose of the Guidelines... 1 1.3 Relationship
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:
COPORATE WEBSITE PROJECT
Levels 8 & 9, Tower C Phone: 624-1403 International Waterfront Complex Fax: 624-6737 1A Wrightson Road. Port of Spain Trinidad and Tobago COPORATE WEBSITE PROJECT Submitted by: Aldwin Hylegar FEBRUARY
Eskom Holdings SOC Ltd s Standard Conditions of Tender
1. General Actions 1 The Employer, the Eskom Representative and each eligible er submitting a shall act timeously, ethically and in a manner which is fair, equitable, transparent, competitive and cost-effective.
Procurement Policy Office
Procurement Policy Office (Established under section 4 of the Public Procurement Act 2006) Ref: SC/EG37/07-12 Evaluation Guide (Consultancy Services) Procurement Policy Office Ministry of Finance and Economic
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
Procurement of Works Smaller Contracts
STANDARD BIDDING DOCUMENTS Procurement of Works Smaller Contracts The World Bank Washington, D.C. May 2004 ii Revisions The features of May 2004 Procurement Guidelines have been incorporated. iii Preface
REQUEST FOR PROPOSALS. RFP/ QCBS(Firm)/ RFP Ref. 609(g)-CV/14/PP THE MILLENNIUM CHALLENGE ACCOUNT CAPE VERDE II. On Behalf of:
Millennium Challenge Account Cabo Verde II Unidade de Gestão REQUEST FOR PROPOSALS RFP/ QCBS(Firm)/ RFP Ref. 609(g)-CV/14/PP THE MILLENNIUM CHALLENGE ACCOUNT CAPE VERDE II On Behalf of: THE GOVERNMENT
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
FP7 GRANT AGREEMENT ANNEX VII - FORM D - TERMS OF REFERENCE FOR THE CERTIFICATE OF FINANCIAL STATEMENTS
FP7 GRANT AGREEMENT ANNEX VII - FORM D - TERMS OF REFERENCE FOR THE CERTIFICATE OF FINANCIAL STATEMENTS TABLE OF CONTENTS TERMS OF REFERENCE FOR AN INDEPENDENT REPORT OF FACTUAL FINDINGS ON COSTS CLAIMED
S T A N D A R D B I D D I N G D O C U M E N T S
S T A N D A R D B I D D I N G D O C U M E N T S TENDER FOR THE DESIGN, SUPPLY, INSTALLATION AND IMPLEMENTATION OF A NEW VoIP TELEPHONY SYSTEM AND CONTACT CENTRE SOLUTION FOR ZAMTEL: [ZT/IS/TD/0006/2015]
Procurement of Services
AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA African Union Standard Bidding Documents Procurement of Services Provision of Fumigation and Pest control Services Procurement Number: AUC/AFMD/OT/1350 Date
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)
PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES
PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES Plot No 1020 KISUGU- MUYENGA, P.O Box 3557, KAMAPALA, UGANDA www.mariestopes.org PREFACE Pre-qualification is a pre-tender process that provides for
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
Electricidade de Moçambique-EP
REPUBLIC OF MOÇAMBIQUE Electricidade de Moçambique-EP REQUEST FOR PROPOSALS RFP No.: 05/EIB/CESUL/2010 Country : Mozambique Project Name : Regional Transmission Development Project RTDP Transmission Backbone
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016 HILL PARK BUILDING P.O. BOX 3602-00506 NAIROBI, KENYA Email: [email protected]
B I D D I N G D O C U M E N T S Issued on: February 29, 2016. for. Procurement of
B I D D I N G D O C U M E N T S Issued on: February 29, 2016 for Procurement of BACKUP SOLUTION AND OFFISITE RECOVERY SYSTEM FOR FORESTRY DEPARTMENT (FD) RFP No: Procuring Entity: Forestry Department Section
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]
CLASSIFICATION: PUBLIC GUIDELINES SELECTION AND EMPLOYMENT OF CONSULTANTS UNDER IBRD LOANS AND IDA CREDITS & GRANTS BY WORLD BANK BORROWERS
CLASSIFICATION: PUBLIC GUIDELINES SELECTION AND EMPLOYMENT OF CONSULTANTS UNDER IBRD LOANS AND IDA CREDITS & GRANTS BY WORLD BANK BORROWERS January 2011 Copyright 2011 The International Bank for Reconstruction
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]
CGIAR PROCUREMENT OF GOODS, WORKS AND SERVICES GUIDELINES
Consultative Group on International Agricultural Research (CGIAR) CGIAR PROCUREMENT OF GOODS, WORKS AND SERVICES GUIDELINES FINANCIAL GUIDELINES SERIES, NO. 6 Revised April 2008 Financial Guidelines Series
ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID
TENDER NO. KP4/9A/PT/04-15/17 PREQUALIFICATION TENDER COAST REGION 2015-2017 SUPPLY, REPAIR & MAINTENANCE OF AIR CONDITIONING SYSTEMS, SPLIT UNITS, FANS & WATER DISPENSERS (NOVEMBER 2014) ALL CANDIDATES
HIGHER EDUCATION LOANS BOARD HELB/T/09/2015-2016
HIGHER EDUCATION LOANS BOARD HELB/T/09/2015-2016 PROVISION OF AIR CONDITIONING INSTALLATIONS FOR THE INTERIOR FIT OUT OF MEZZANINE FLOOR AND REDESIGN OF MAIN BOARDROOM TENDER CLOSING DATE: WEDNESDAY 18
INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
