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



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

Prequalification Document for Procurement of Works

BIDDING DOCUMENTS (PROCUREMENT OF SERVICES)

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS, SELECTION OF CONSULTANTS

[Indicate name of Procuring Entity]

Selection of Consultants By the World Bank

LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

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

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

Guidelines (Rules) for the Procurement of Services 1

Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments

Road Safety and Transport Authority Ministry of Information and Communications Royal Government of Bhutan

CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED)

REQUEST FOR PROPOSALS For. Establishment & Management of Citizen Help Desk

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS SERVICES FOR

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

Standard Request for Proposals. Selection of Consultants

REQUEST FOR QUOTATION (RFQ) AND GENERAL INSTRUCTION TO CONTRACTORS (GIC)

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

THE GOVERNMENT OF THE COMMONWEALTH OF THE BAHAMAS

EMPLOYEES OLD-AGE BENEFITS INSTITUTION

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

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

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

PROVISION OF LEGAL SERVICES

Standard Request for Proposals Selection of Consultants

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

Principles and Procedures. Applicable to. The Procurement of. Consulting Services. Under. Transaction Advisory Services Provided by

Request for Proposal (RFP) for Services

REQUEST FOR PROPOSAL

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

PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES

TABLE OF CONTENTS TABLE OF CONTENTS 1.0 OBJECTIVE SCOPE AND APPLICATION DEFINITIONS IOM GENERAL PROCUREMENT PRINCIPLES

Supplier prequalification Document

REQUEST FOR QUOTATIONS (RFQ) 1 AND GENERAL INSTRUCTION TO SUPPLIERS (GIS)

CONSULTANCY SERVICES FOR ASSESSMENT OF THE STATUS OF DEVOLUTION IN KENYA

Request for Proposals (RFP)

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

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

Request for Quotation (RFQ) for Adjustable Sit to Stand Desk Reference No.: UNWHQRFQ31. [Insert Title of Goods]

CGIAR PROCUREMENT OF GOODS, WORKS AND SERVICES GUIDELINES

Annex I. RFP Instructions to Proposers TABLE OF CONTENTS

Municipal Council, Solan, Himachal Pradesh Phone : , mcsolan@yahoo.in, mcsolan.gis@gmail.com

Consultant s Services Small Assignments, Lump-Sum Payments

North American Development Bank. Model Bidding Document: Consultant Services

Policies for the Selection and Contracting of Consultants financed by the Inter-American Development Bank GN March 2011

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

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

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

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

Municipal Council Mandi,, Himachal Pradesh Phone : (01905) ,

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

GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS

REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES FOR ENTERPRISE RISK MANAGEMENT TENDER NO.: PC/RFP/03/ SELECTION OF CONSULTANTS

RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors

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

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

SELECTION OF CONSULTANT

Procurement of Provision of Computers and Computer Peripherals for CBUD cities

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

SELECTION OF CONSULTANT

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

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

How To Bid For A Contract

Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73

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

Website development, maintenance and hosting of for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015

RFP for Search Engine Optimisation (SEO) of IBEF Websites. Request for Proposal [RFP]

Village of Nakusp RFQ Source Protection Plan

Guidelines Selection and Employment of Consultants by World Bank Borrowers

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

Procurement Policy Office

REQUEST FOR QUOTATIONS

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

Request for Proposal (RFP) GOVERNMENT OF JAMAICA CABINET OFFICE PUBLIC SECTOR MODERNISATION DIVISION (PSMD) REQUEST FOR PROPOSAL (RFP) RFP#2009/P005

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

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYERI REQUEST FOR PROPOSAL CONSULTANCY SERVICES

REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR RESEARCH ON IRREGULAR MIGRATION AND SMUGGLING ROUTES TO CANADA

PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY

ISLAMIC DEVELOPMENT BANK. Guidelines for the Use of Consultants Under ISLAMIC DEVELOPMENT BANK FINANCING

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

QUOTATION AND TENDER PROCESS

Consultants Services, Lump-Sum Remuneration

CONSULTANTS. African Development Bank. Rules and Procedures for the Use of Consultants. Procurement and Fiduciary Services Department

Procurement of CONSULTING SERVICES

BANKA SOCIETE GENERALE ALBANIA

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

CONTRACT FOR CONSULTING SERVICES

Request for Proposal Environmental Management Software

Policy Number: Policy Name: Professional Services and Construction Services Procurement

SECTION 6: RFQ Process, Terms and Conditions

Request for Proposals. Provision of digital communications services. UNDP/GEF Improving Energy Efficiency Project for Lighting & Appliances

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

Invitation for Expression of Interest

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business

NATIONAL INDUSTRIAL TRAINING AUTHORITY

REQUEST FOR PROPOSAL

TENDER NO. REA/ /NT/060

Transcription:

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 Park, Harare

REQUEST FOR PROPOSALS RFP No.: HRE/MMU/09/02/2016 Mission: Project Name: ZIMBABWE Supporting the Finalisation of the Zimbabwe Diaspora Policy WBS: CE.0302.ZW10.50.03.001 Title of Services: Consultancy services 2

Request for Proposals The International Organization for Migration (hereinafter called IOM) intends to engage a consultancy firm/ individuals for the Design and Development of the Zimbabwe Diaspora Website for which this Request for Proposals (RFP) is issued. IOM now invites organizations to provide Technical and Financial Proposal for the conduct of this consultancy service. More details on the services are provided in the Terms of Reference (TOR) document. The Consultancy service provider will be selected under a Quality Cost Based Selection procedures described in this RFP. The RFP includes the following documents: Section I. Instructions to Service Providers/ Consulting Firms Section II. Technical Proposal Section III. Financial Proposal Section IV. Terms of Reference The Proposals must be delivered by hand to IOM with office address at Number 4 Duthie Road, Alexandra Park, Harare on or before 13 May 2016 and addressed to the Procurement and Logistics Officer, and clearly labeled Design and Development of the Zimbabwe Diaspora Website For those resident outside Harare or Zimbabwe, Please send your submission by email to The Procurement and Logistics Officer IOM Zimbabwe On email: rgara@iom.int IOM reserves the right to accept or reject any proposal and to annul the selection process and reject all Proposals at any time prior to contract award, without thereby incurring any liability to affected organizations 3

Table of Contents Section I - Instructions to Service Providers/ Consulting Firms... 5 Section II Technical Proposal... 12 Section III. Financial Proposal... 16 Section IV. Terms of Reference... 18 4

Section I - Instructions to Service Providers/ Consulting Firms 1. Introduction 1.1 Only eligible organizations may submit a Technical Proposal and Financial Proposal for the services required. The proposal shall be the basis for contract negotiations and ultimately for a signed contract with the selected organization. 1.2 Organizations should familiarize themselves with local conditions and take them into account in preparing the proposal. 1.3 The Organizations costs of preparing the proposal and of negotiating the contract, including visit/s to the IOM, are not reimbursable as a direct cost of the assignment. 1.4 Organizations shall not be hired for any assignment that would be in conflict with their prior or current obligations to other procuring entities, or that may place them in a position of not being able to carry out the assignment in the best interest of the IOM. 1.5 IOM is not bound to accept any proposal and reserves the right to annul the selection process at any time prior to contract award, without thereby incurring any liability to the submitting organizations. 1.6 IOM shall provide at no cost to the selected organizations the necessary inputs and facilities, and assist in facilitating access to the districts, obtaining authority needed to carry out the services and make available relevant project data and reports. 2. Corrupt, Fraudulent, and Coercive Practices 2.1 IOM Policy requires that all IOM Staff, bidders, manufacturers, suppliers or distributors, observe the highest standard of ethics during the procurement and execution of all contracts. IOM shall reject any proposal put forward by bidders, or where applicable, terminate their contract, if it is determined that they have engaged in corrupt, fraudulent, collusive or coercive practices. In pursuance of this policy, IOM defines for purposes of this paragraph the terms set forth below as follows: Corrupt practice means the offering, giving, receiving or soliciting, directly or indirectly, of any thing of value to influence the action of the Procuring/Contracting Entity in the procurement process or in contract execution; Fraudulent practice is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, the Procuring/Contracting Entity in the procurement process or the execution of a contract, to obtain a financial gain or other benefit to avoid an obligation; Collusive practice is an undisclosed arrangement between two or more bidders designed to artificially alter the results of the tender procedure to obtain a financial gain or other benefit; Coercive practice is impairing or harming, or threatening to 5

3. Conflict of Interest impair or harm, directly or indirectly, any participant in the tender process to influence improperly its activities in a procurement process, or affect the execution of a contract 3.1 All bidders found to have conflicting interests shall be disqualified to participate in the procurement at hand. A bidder may be considered to have conflicting interest under any of the circumstances set forth below: A Bidder has controlling shareholders in common with another Bidder; A Bidder receives or has received any direct or indirect subsidy from another Bidder; A Bidder has the same representative as that of another Bidder for purposes of this bid; A Bidder has a relationship, directly or through third parties, that puts them in a position to have access to information about or influence on the Bid of another or influence the decisions of the Mission/procuring Entity regarding this bidding process; A Bidder submits more than one bid in this bidding process; A Bidder who participated as a consultant in the preparation of the design or technical specifications of the Goods and related services that are subject of the bid. 4. Clarifications and Amendments to RFP Documents 4.1 At any time before the submission of the proposals, IOM may, for any reason, whether at its own initiative or in response to a clarification amend the RFP. Any amendment made will be made available to all short-listed organizations who have acknowledged the Letter of Invitation. 4.2. Organizations may request for clarification(s) on any part of the RFP. The request must be sent in writing or by standard electronic means and submitted to IOM at the address indicated in the invitation at least 2 days before the set deadline for the submission and receipt of Proposals. IOM will respond in writing or by standard electronic means to the said request and this will be made available to all those who acknowledged the Letter of Invitation without identifying the source of the inquiry. 5. Preparation of the Proposal 5.1 A Proposal shall have two (2) components: a) the Technical Proposal, and b) the Financial Proposal. 6

5.2 The Proposal, and all related correspondence exchanged by the organizations and IOM, shall be in English. All reports prepared by the contracted organizations shall be in English 5.3 Organizations are expected to examine in detail the documents (in annex) constituting this Request for Proposal (RFP). Material deficiencies in providing the information requested may result in rejection of a proposal. 6. Technical Proposal 6.1 The Technical Proposal shall provide the following information using the attached Technical Proposal Standard Forms (Section III) and as explained in the Terms of Reference attached a) A brief description of the Service Providers/ Consulting Firms organization and an outline of recent experience on assignments of a similar nature (TPF-2) b) A description of the approach, methodology and work plan for performing the assignment as specified in the Terms of Reference. The work plan should be consistent with the work schedule also outlined in the ToRs. 6.2 The technical proposal shall not include any financial information. 7. Financial Proposal 7.1 In preparing the Financial Proposal, consultants are expected to take into account the requirements and conditions outlined in the RFP. The Financial Proposal should clearly differentiate staff and office versus operational costs. 7.2. Organizations shall express the price of their services in dollars 8. Submission, Receipt, and Opening of Proposals 8.1 Organizations may only submit one proposal. 8.2 The original Proposal (both Technical and Financial Proposals) shall be prepared in indelible ink. It shall contain no overwriting, except as necessary to correct errors made by the Organizations themselves. Any such corrections or overwriting must be initialed by the person(s) who signed the Proposal. 8.3 The Organizations shall submit one original and one copy of the Proposal. 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 governs. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked TECHNICAL PROPOSAL. Similarly, the original 7

Financial Proposal shall be placed in a sealed envelope clearly marked FINANCIAL PROPOSAL Both envelopes shall be placed into an outer envelope and sealed and labeled Design and Development of the Zimbabwe Diaspora Website. For those submitting electronically via email, Please send the email submission for the Technical proposal separately from the email submission of the financial proposal. The financial proposal shall be clearly labeled Financial Proposal Design and Development of the Zimbabwe Diaspora Website and sent to: rgara@iom.int 8.5 Proposals must be received by IOM at the place, date and time indicated in the invitation to submit proposals or any new place and date established by the IOM. Any Proposal submitted after the deadline for receipt of Proposals prescribed by IOM shall be declared Late, and shall not be accepted by the IOM and returned to the consultant unopened. 8.6 After the deadline for the submission of Proposals, all the Technical Proposal shall be opened first by the BEAC. The Financial Proposal shall remain sealed until all submitted Technical Proposals are opened and evaluated. The BEAC has the option to open the proposals publicly or not. 9. Evaluation of Proposals 9.1 After the Proposals have been submitted to the BEAC and during the evaluation period, Organizations that have submitted their Proposals are prohibited from making any kind of communication with any BEAC member, as well as its Secretariat regarding matters connected to their Proposals. Any effort by the Organizations to influence IOM in the examination, evaluation, ranking of Proposal, and recommendation for the award of contract may result in the rejection of the Proposal. 10. Technical Evaluation 10.1 The entire evaluation process, including the submission of the results and approval by the approving authority, shall be completed in not more than 7 days after the deadline for receipt of proposals. 10.2 The BEAC shall evaluate the Proposals on the basis of their responsiveness to the Terms of Reference, compliance to the requirements of the RFP and by applying an evaluation criteria, sub criteria and point system. Each responsive proposal shall be given a technical score (St). The proposal with the highest score or rank shall be identified as the Highest Rated/Ranked Proposal. 10.3 A proposal shall be rejected at this stage if it does not respond to important aspects of the TOR or if it fails to achieve the minimum technical qualifying score which is 70% 10.4 The technical proposals of Organizations shall be evaluated based on the following criteria : 8

Technical Proposal evaluation Points Expertise of the Service Provider 1.1 Service Provider s reputation competence, reliability 15 & experience 1.2 Service Provider s capability - size of company & 15 project management capabilities 1.3 Service Provider s facilities- equipment, resources, data 15 center facilities and internet security capabilities 1.4 Relevance of: 5 Specialized knowledge Experience on similar services Experience with UN Agencies or International organizations Proposed methodology and work plan 2.1 To what extent does the proposal respond to the TOR? 25 2.2 How logical & realistic is the implementation schedule? 15 2.3 To what extent is important aspects of the assignment 10 are covered in detail? Total weight 100% 10.5 Technical Proposal shall not be considered for evaluation in any of the following cases: a) late submission, i.e., after the deadline set b) failure to submit any of the technical requirements and provisions provided under the Terms of Reference (TOR); 11. Financial Evaluation 11.1 After completion of the Technical Proposal evaluation, IOM shall notify those Service Providers/ Consulting Firms whose proposal did not meet the minimum qualifying score or were considered non responsive based on the requirements in the RFP. 11.3 The BEAC shall determine the completeness of the Financial Proposal as stipulated in 7.1 11.4 The BEAC will correct any computational errors. In case of a discrepancy between a partial amount and the total amount, or between words and figures, the former will prevail. In addition, activities and items described in the Technical proposal but not priced, shall be assumed to be included in the prices of other activities or items. 12. Negotiations 12.1 The aim of the negotiation is to reach agreement on all points and sign a contract. The expected date and address for contract negotiation is no later than 20 May 2016. 9

12.2 Negotiation will include: a) discussion and clarification of the Terms of Reference (TOR) and Scope of Services; b) Discussion and finalization of the methodology and work program proposed by the Service Provider/ Consulting Firm; c) Consideration of appropriateness of qualifications and pertinent compensation, number of man-months and the personnel to be assigned to the job, and schedule of activities (manning schedule); d) Discussion on the services, facilities and data, if any, to be provided by IOM; e) Discussion on the financial proposal submitted by the Service Provider/ Consulting Firm; and f) Provisions of the contract. IOM shall prepare minutes of negotiation which will be signed both by IOM and the selected organizations. 12.3 The financial negotiations will include clarification on the tax liability and the manner in which it will be reflected in the contract and will reflect the agreed technical modifications (if any) in the cost of the services. Unless there are exceptional reasons, the financial negotiations will involve neither the remuneration rates for staff nor other proposed unit rates. 12.4 Having selected the Organizations on the basis of, among other things, an evaluation of proposed key professional staff, IOM expects to negotiate a contract on the basis of the experts named in the proposal. Before contract negotiations, IOM shall require assurances that the experts shall be actually available. IOM will not consider substitutions during contract negotiation unless both parties agree that the undue delay in the selection process makes such substitution unavoidable or for reasons such as death or medical incapacity. If this is not the case and if it is established that staff were referred in their proposal without confirming their availability the Organization may be disqualified. Any proposed substitution shall have equivalent or better qualifications and experience than the original candidate. 12.5 All agreement in the negotiation will then be incorporated in the description of services and form part of the Contract. 12.6 The negotiations shall conclude with a review of the draft form of the Contract. To complete negotiations, IOM and the Organization shall initial the agreed Contract. If negotiations fail, IOM shall invite the second ranked Service Provider/ Consulting Firm to negotiate a contract. If negotiations still fail, the IOM shall repeat the process for the next-in-rank Service Providers/ Consulting Firms until the negotiation is successfully completed. 13. Award of Contract 13.1 The contract shall be awarded, through a notice of award, following negotiations and subsequent post-qualification to the Service Provider/ Consulting Firm with the Highest Rated Responsive Proposal. Thereafter, the IOM shall promptly notify other Service Providers/ Consulting Firms on the shortlist that they were unsuccessful and shall return their unopened Financial Proposals. Notification will also be sent to those Service Providers/ Consulting Firms who did not pass the technical evaluation. 13.2 The Service Provider/ Consulting Firm is expected to commence the assignment on 25 May 2016. 10

14. Confidentiality 14.1.1 Information relating to the evaluation of proposals and recommendations concerning awards shall not be disclosed to the Service Provider/ Consulting Firm who submitted Proposals or to other persons not officially concerned with the process. The undue use by any Service Provider/ Consulting Firm of confidential information related to the process may result in the rejection of its Proposal and may be subject to the provisions of IOM s anti-fraud and corruption policy. 11

Section II Technical Proposal TPF-1: Technical Proposal Submission Form [Location, Date] To: [Chief of Mission, IOM] Ladies/Gentlemen: We, the undersigned, offer to provide the Services for [insert Title of consulting services] in accordance with your Request for Proposal (RFP) dated [insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. If negotiations are held after the period of validity of the Proposal, 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 acknowledge and accept IOM s right to inspect and audit all records relating to our Proposal irrespective of whether we enter into a contract with IOM as a result of this proposal or not. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Firm: Address: 12

TPF 2: Service Providers Organization [Provide here brief (two pages) description of the background and organization of your firm/entity and each associate for the assignment (if applicable).] 13

TPF 3: Description of the Approach, Methodology and Work Plan for Performing the Assignment [The description of the approach, methodology and work plan should normally consist of 6 pages, including charts, diagrams, and comments and suggestions, if any, on Terms of reference and counterpart staff and facilities.] 14

TPF 7: Work Plan (Kindly modify as appropriate) A. Field Investigation and Other Activities No. Activity/Wor k Description Duration 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10t h 11t h 12t h 1 2 3 4 5 15

Section III. Financial Proposal FPF-1: Financial Proposal Submission Form [Location, Date] To: [Chief of Mission] Ladies/Gentlemen: We, the undersigned, offer to implement the project [insert Title of project] in accordance with your Request for Proposal (RFP) dated [insert date] and our Proposal (Technical and Financial Proposals). Our attached Financial Proposal is for the sum of [Amount in words and figures]. Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, We acknowledge and accept the IOM right to inspect and audit all records relating to our Proposal irrespective of whether we enter into a contract with the IOM as a result of this Proposal or not. We confirm that we have read, understood and accept the contents of the Instructions to Service Providers/ Consulting Firms (ITC), Terms of Reference (TOR), the provisions relating to the eligibility of Service Providers/ Consulting Firms, any and all bulletins issued and other attachments and inclusions included in the RFP sent to us. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Firm: Address: 16

Sample Budget Template (Kindly modify as appropriate) BUDGET ITEM Unit # of Units Total PROJECT STAFF COSTS e.g. Field Officers Salary e.g. Project Manager Salary e.g. Director's Salary TRANSPORT COSTS e.g. Purchase of new vehicle e.g. Repairs & Maintenance e.g. Vehicle Hire GENERAL OFFICE COSTS e.g. Telephones, Internet, Stamps etc e.g. Utilities costs e.g. Consumables teas, toilet items DIRECT PROJECT COSTS e.g. Materials purchase e.g. Community Mobilization e.g. Field Allowances HQ Staff MONITORING & EVALUATION e.g. Baseline Surveys e.g. Visits by Funding Partner (IOM) e.g. Beneficiaries List Verification Total 17

Section IV. Terms of Reference IOM seeks to recruit a qualified consultant to support the project entitled Supporting the Finalisation of the Zimbabwe Diaspora Policy that is being implemented in Zimbabwe. In addition to supporting the finalization of a national diaspora policy, the project also seeks to support the establishment of a National Diaspora Directorate and supportive mechanisms for effective diaspora engagement and consultative processes. In this regard, the project aims to support the design and development of a national diaspora website which will be used as a tool to promote diaspora engagement processes. 1.0 Background: Zimbabwe has a large diaspora with a strong desire to engage and contribute to the economic and social development of Zimbabwe. Be this as it may, Zimbabwe has not yet fully harnessed the development potential of Zimbabweans in the diaspora. Given the critical role of the Zimbabwean Diaspora on socio-economic development, the Government of Zimbabwe is prioritising putting in place measures to engage with its citizens in the diaspora. In addition to the development of a national diaspora policy, the Government of Zimbabwe, with the support from IOM, is establishing diaspora institutional mechanisms to promote effective engagement and coordination mechanisms. In this regard, the project will support the design and development of a national diaspora website which, among others, will provide accurate and updated information about Zimbabwe to its diaspora nationals, facilitate registration of the diaspora nationals, among others. IOM therefore seeks qualified and experienced consultants to work with the Ministry of Macro-Economic Planning and Investment Promotion, IOM and other relevant stakeholders to design and develop a national diaspora website; 1. The consultant/service provider shall have expertise and experience in website design, development, marketing and communications. 2. The consultant/service provider is expected to design the National Diaspora Website s Content Management System Template and suitable theme. Drupal is the preferred Content Management System. 3. The consultant/service provider to provide a hosting platform for the website and ensure secure access via HTTPS 4. The service provider is expected to design and develop the website with the below navigation tree: HOME (should include a Slideshow) DISCOVER ZIMBABWE Overview Ministries 18

Embassies ABOUT US NEWS AND EVENTS Latest News Articles and Newsletters (The website should provide means for visitors to subscribe to newsletter) Upcoming events DIASPORA IN ACTION Diaspora groups Success stories INVESTMENT INFORMATION Investment opportunities Business Registration Information Tax and Customs Information REGISTER Individuals Corporates/NGOs CONTACT US 5. The service provider will be contracted to suggest and implement some basic improvements to the information architecture of the website. This includes adding any new pages not listed in the above navigation tree. The Service provider may emulate some design features from other similar websites such as: http://www.ghanaiandiaspora.com http://nnvsdiasporanigerians.com/ http://www.ethdiaspora.org.et/ 6. The service provider will integrate social media into the design of the website. 7. The website developed must ensure optimization for low bandwidth users, code order and search engine optimization (SEO) best practices, and Web Accessibility Initiative 19

(WAI) compliance. The website should display on multiple browsers Internet Explorer, Firefox, Google Chrome, Opera, Safari (Mac and Windows), mobile devices (tablets and smartphones). 8. 8. The service provider will work consultatively with the Ministry of Macro Economic Planning and Investment Promotion, Project Manager and IOM Information and Communication Technology Department. The service provider will liaise with the Project Manager regarding all project management related issues and directly with the Information and Communication Technology Department regarding technical issues 9. The service provider to ensure scalability in the overall website design such that it will be possible to add additional templates, themes and other functions in the future. 10. The Service provider to provide a one-year maintenance plan for the website upon project sign-off. 2.0 Proposed Methodology: The Service Provider must describe how it will address/deliver the demands of the RFP; providing a detailed description of the essential performance indicators and how it will provide quality assurance mechanisms that will be put in place, while demonstrating that the proposed methodology will be appropriate to the local conditions and context of the work. 3.0 Estimated Duration of Assignment The assignment (preparatory work, drafting and consultation, development and presentation of results to both IOM and the Government of Zimbabwe) is expected to be completed in a period of no more than 60 days. 4.0 Tangible and Measurable Outputs of the Work Assignment A functional and interactive Zimbabwe National Diaspora Website 5.0 Profile of the Service Provider The Service Provider must provide a profile of company/consultancy describing the nature of business, field of expertise, licenses, certifications, accreditations. The Service Provider must describe and explain how and why they are the best entity that can deliver the requirements of IOM by indicating the following: TECHNICAL a) Technical ability and capacity: Provide a minimum of three links to websites/pages developed, preferably in Drupal b) Creative ability: Provide a minimum of three examples of online design such as graphics, web pages, websites, etc. 20

c) Project management and planning ability: Provide general description of your project management process, as well as implementation plan for this projectv INTERNATIONAL EXPERIENCE UN experience (or other international, nonprofit or NGO): Provide previous client list for similar services for UN agencies, international or nonprofit organizations/ngos, indicating description of contract scope, contract duration, contract value, contact references 6.0 Qualifications of key personnel The Service Provider must provide: a) Names of the key personnel that will perform the services indicating which language they specialize in and if they have specializations/experience in relevant fields. b) Qualifications of the proposed designers/developers/managers, etc. c) CVs including qualifications and experience must be submitted. 21