Implementation of Social and Behaviour Change Programming for Somalia Security and Justice Programme II (SSJP-II)
UNOPS
Implementation of Social and Behaviour Change Programming for Somalia Security and Justice Programme II (SSJP-II)
Request for proposal
Reference:
RFP/2021/25522
Beneficiary countries:
Somalia
Registration level:
Basic
Published on:
05-Sep-2021
Deadline on:
31-Oct-2021 06:00 0.00
Description
Tender description: RFP for the Implementation of Social and Behaviour Change Programming for Somalia Security and Justice Programme II (SSJP-II)
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
This tender has been posted through the UNOPS eSourcing system. / Cet avis a été publié au moyen du système eSourcing de l'UNOPS. / Esta licitación ha sido publicada usando el sistema eSourcing de UNOPS. Vendor Guide / Guide pour Fournisseurs / Guíra para Proveedores: https://esourcing.unops.org/#/Help/Guides
First name:
N/A
Surname:
N/A
This procurement opportunity integrates considerations for at least one sustainability indicator. However, it does not meet the requirements to be considered sustainable.
Gender issues
Social
The tender contains sustainability considerations addressing gender equality and women's empowerment.
Examples:
Gender mainstreaming, targeted employment of women, promotion of women-owned businesses.
Local communities, MSMEs and supplier diversity
Economic
The tender contains sustainability considerations regarding local MSMEs, local communities or disadvantaged groups.
Examples:
Reserved labour opportunities for local communities, use of local materials, reserved procurements for local companies
Link | Description | |
---|---|---|
https://esourcing.unops.org/#/Help/Guides | UNOPS eSourcing – Vendor guide and other system resources / Guide pour fournisseurs et autres ressources sur le système / Guía para proveedores y otros recursos sobre el sistema |
80121501
-
Juvenile justice law services
80121502
-
Appellate procedure services
80121503
-
Defense or criminal law services
80121601
-
Government antitrust or regulations law services
80121602
-
Bankruptcy law services
80121603
-
Partnership law
80121604
-
Patent or trademark or copyright law
80121605
-
Liquidation law services
80121606
-
Real estate law
80121607
-
Taxation law
80121608
-
Mergers or acquisitions law
80121609
-
Legal Research Services
80121611
-
Healthcare claim law services
80121701
-
Malpractice or negligence law services
80121703
-
Property law services
80121704
-
Contract law services
80121706
-
Employment law services
80121707
-
Labor disputes law services
80121708
-
Insurance law service
80121801
-
Divorce law services
80121802
-
Adoption law services
80121803
-
Immigration or naturalization law
80121804
-
Guardianship or custody law services
80121901
-
Jury member service
80121902
-
Witness service
80121903
-
Expert witness service
80121904
-
Process server service
80122000
-
Legal review and inquiry services
New clarification added: Q29: Evaluation Criteria, Stage: Eligibility and formal criteria, “Offeror accepts UNOPS General Conditions of Contracts as specified in Section IV: Contract Forms”. (a) Can UNOPS clarify how the offeror needs to accept the UNOPS General Conditions of Contracts? (b) On the portal there is nowhere to attach the Section IV: Contract Form? (c) Can UNOPS explain what the offeror needs to with the Section IV: Contracts Forms? A29: You do not need to attach “Section IV: Contract form” to your proposal. You only need to read the entirety of Section IV and if you have any reservations about any clause of the contract template or the GCCs, those reservations will have to be reflected in your proposal submission form (Form B). Signature and submission of the Form B without any omission or reservation shall mean that you have accepted UNOPS General Conditions of Contracts as specified in Section IV “as is”.
Edited on:
15-Oct-2021 13:52
Edited by:
webservice@unops.org
New clarification added: Q28: Are vendors able to include Other Direct Costs or Operational costs to support staff who will be supporting the project remotely from a third country, specifically during the inception phase? A28: Yes, Offerors must include all the associated costs for the performance of services in their financial proposals.
Edited on:
15-Oct-2021 13:50
Edited by:
webservice@unops.org
New clarification added: Q27: Will a best and final offer (BAFO) be a part of this procurement process? A27: When more than one proposal achieves the exact same number of points in the cumulative analysis, i.e. after adding the total technical and financial points, BAFO may be used to identify the winning Offeror.
Edited on:
15-Oct-2021 13:49
Edited by:
webservice@unops.org
New clarification added: Q26: Can UNOPS provide greater clarification on the cost evaluation and how it will determine the best cost taking into account differences in proposal submissions between service providers? A26: The detailed description of the financial evaluation process is provided in the Section I-A of the RFP. To be noted that financial envelopes will be opened only for those Offerors whose technical proposal obtains at least 70% of the total obtainable technical points. It is assumed that by “differences in proposal submissions between service providers” in your question you mean the differences in the proposed approaches and methodologies. Since Offerors’ proposed approaches and methodologies will be described in their Technical Proposals, they shall be accordingly scored during the technical evaluation and shall have no bearing during the financial evaluation. However, noting the overall 70/30 weight proportion of the technical proposal over the financial proposal, it is safe to assume that selection of a better methodology over a cheaper methodology has a better chance of winning.
Edited on:
15-Oct-2021 13:47
Edited by:
webservice@unops.org
New clarification added: Q25: Is there any ceiling on fringe, overhead or fee rates? A25: There are none.
Edited on:
15-Oct-2021 13:46
Edited by:
webservice@unops.org
New clarification added: Q24: Under Section IV: Contract Forms, two options for contract mechanisms are listed: Option 1: Fixed Price and Option 2: cost reimbursement. Can UNOPS confirm that it intends to issue a contract under the Option 1: Fixed Price mechanism and not Option 2? Q24: The Price and Payment mechanism are described in detail in the TOR (please see paragraphs 86 to 98). The described payment mechanism in the TOR cannot fit under Option 1 of the contract template. Hence option 2 shall be used.
Edited on:
15-Oct-2021 13:43
Edited by:
webservice@unops.org
New clarification added: Q23: Do we need all the compliance and policies all implemented or could we complete after? Can we answer NA to some questions? A23: It is assumed that this question is related to the DRiVE Supplier Sustainability Questionnaire. You need to choose a relevant response for each question from the drop-down menu based on the actual current situation within your organization.
Edited on:
15-Oct-2021 13:42
Edited by:
webservice@unops.org
New clarification added: Q22: Is UNOPS able to provide greater clarification of the legal definitions between a Joint Venture/Consortium/Association?A22: By definition, a Joint Venture is an entity that may be formed between two or more parties to undertake economic activities together. The parties may agree to create a new entity by contributing equity and sharing the revenues, expenses, and control of the enterprise. The venture can be also only for a specific project, involve no equity stake by the participants and be a much less rigid arrangement. In a Consortium arrangement however, each participant retains its separate legal status and a consortium is formed by contract, which delineates the rights and obligations of each member.
Edited on:
15-Oct-2021 13:40
Edited by:
webservice@unops.org
New clarification added: Q19: Item 42. ‘”A condition of award will be that the Suppliers of all the three programme components are co-located with UNOPS staff in joint SSJP II programme headquarters”. As some of the deliverables under the SBCC activities require specialized equipment and studios, are we able to utilize existing offices outside of the Programme Headquarters or each target FMS? A19: Yes, you shall be able to utilize existing offices outside the Programme HQ or each target FMS. The associated costs will have to be included in the financial proposal either under “Costs of Subcontractors’ services” or “Other expenses”, as relevant.
Edited on:
15-Oct-2021 13:32
Edited by:
webservice@unops.org
New clarification added: Q18: Will UNOPS be issuing Task orders for the work plan/year/implementation phase, once activities/outputs are agreed upon? A18: Once activities/outputs/deliverables are agreed upon, UNOPS shall approve the relevant Work plan, which will then be implemented by the Contractor.
Edited on:
15-Oct-2021 13:29
Edited by:
webservice@unops.org
New clarification added: Q17: Question: Section_III_Returnable_Bidding_Forms_Revs1_(210916), Form G (Performance Statement Form), “JV/Consortium/Association bids should provide relevant examples of where the JV/Consortium/Association has delivered similar requirements. If this is not possible (e.g., the consortium is newly formed or a Special Purpose Vehicle is to be created for this contract) then separate examples should be provided between the principal member(s) of the proposed consortium or Special Purpose Vehicle (three examples are not required from each member).” If the consortium is newly formed can UNOPS confirm that the prime should provide up to three contracts from the prime and the separate examples should be submitted by the prime on behalf of subcontractors/partners? A17: If a consortium is newly formed or a Special Purpose Vehicle is to be created for this contract, then separate examples should be provided between the principal member(s) of the proposed consortium or Special Purpose Vehicle, i.e., the consortium members collectively need to provide three examples only. Three examples are not required from each member.
Edited on:
14-Oct-2021 16:21
Edited by:
webservice@unops.org
New clarification added: Q16: Form D, Section 3.2 Social & Behavior Change, the question asks that the supplier details two indicative interventions. Does this mean past interventions that have been rolled out already or ‘proposed interventions’ that could be rolled out under UNOPS (drawing on past experience of all partners together?) A16: This section of the Form D is about your proposed strategy and approach, not about your historical experience. You need to propose two indicative strategies and/or interventions aimed at enhanced resolution of specific safety, security and justice problems, identified as priorities by Somalis in target locations.
Edited on:
14-Oct-2021 16:20
Edited by:
webservice@unops.org
New clarification added: Q15: Form D, Section 2.3 Quality of Personnel / Team Structure – In the third column of the table it states: “If you are proposing additional personnel not included in the min. structure, please make this column as N/A”. Could UNOPS clarify what is the min. structure and where is this included? Could UNOPS also provide guidance on which requirements in the TOR should be copied into this column? A15: Please read the ToR, especially the sections related to the Core Team and the Extended Team
Edited on:
14-Oct-2021 16:18
Edited by:
webservice@unops.org
New clarification added: Q9: If an organization is missing a particular policy specified in the DRiVE questionnaire, does the organization need to create one or can we document and share what we have? A9: If you don’t have a mentioned policy, just state that you don’t have it. You do not need to invent it for the purposes of this tender.
Edited on:
14-Oct-2021 16:16
Edited by:
webservice@unops.org
New clarification added: Q14: Item 1.6 of Form D: asks bidders to include a copy of their country registration. If an organization is operating and fully registered in a number of countries with similar contexts to Somalia. How many registrations must we attach? A14: That’s an inaccurate statement. Item 1.6 of Form D asks the Offerors to prove that they were in continuous business of providing same or similar services during the last 3 or more years and have proven track record of successfully managing and implementing similar projects in Somalia or another country with similar geographic, conflict and political context. This has to be demonstrated by the copy of Company's registration certificate (which must demonstrate that the company was registered more than three years ago) as well as copies of their past similar contracts.
Edited on:
14-Oct-2021 16:11
Edited by:
webservice@unops.org
New clarification added: Q13: Form G: Performance Statement Form asks for three contracts and says, “they should have been performed during the past three or more years”. Can UNOPS clarify if a past project concluded more than 3 years ago, whether such a project could be included here? A13: “Three or more years” means that a contract executed more than three years ago can be included here.
Edited on:
14-Oct-2021 16:07
Edited by:
webservice@unops.org
New clarification added: Q12: Section_III_Returnable_Bidding_Forms_Revs1_(210916), Form D (Technical Proposal Form), Section 1.11, “Have you completed an initial assessment of potential risks that demonstrates your knowledge and understanding, and are you satisfied that you understand the risk management implications (not solely relying on information provided by UNOPS)?” Can UNOPS confirm that for this bid there is no requirement for a security proposal, this includes a risk assessment? A12: Duty of Care services include security as well and are part of this RFP. You must properly address them within your proposal.
Edited on:
14-Oct-2021 16:05
Edited by:
webservice@unops.org
New clarification added: Q11: Section_III_Returnable_Bidding_Forms_Revs1_(210916), Form H (Financial Capability Form), Part I, “Offeror shall provide information on its current commitments on all contracts that have been awarded..” Do we need to provide information on all contracts that our organization has ever held? Is there a timeframe that UNOPS has for how it defines “current” contracts? A11: “Current” contract means an “ongoing” or “new” contract, which you are currently implementing or are about to start implementing. You do not need to list the contracts that are already completed.
Edited on:
14-Oct-2021 16:03
Edited by:
webservice@unops.org
New clarification added: Q10: Section_III_Returnable_Bidding_Forms_Revs1_(210916), Form D (Technical Proposal Form) Section 1.3, “This has to be demonstrated through financial statements for the last three or more years combined with data provided by the Offeror in the Cumulative Work Capability Form.” Can UNOPS clarify which one is the Cumulative Work Capability Form and where applicants can find the form? A10: Please see Form H - Financial Capability Form. “Cumulative Work Capability Form” should be read as “Financial Capability Form“ in this section of the Form D.
Edited on:
14-Oct-2021 16:01
Edited by:
webservice@unops.org
New clarification added: Q8: In reviewing the DRiVE questionnaire there are certain policies that our organization does not have or are not relevant to our industry. Can UNOPS confirm that completion and answers to the sustainability form will not count towards evaluation criteria? A8: This is confirmed. Responses to DRiVE questionnaire shall not be part of the evaluation process.
Edited on:
14-Oct-2021 15:58
Edited by:
webservice@unops.org
New clarification added: Q7: Can a core team member included in the IP2 proposal also be proposed as core team member for the TAP Facility? A7: Yes, as long as the subject team member’s level of effort under both contracts does not exceed 21.75 days per month.
Edited on:
14-Oct-2021 15:54
Edited by:
webservice@unops.org
New clarification added: Q6: Which positions need to complete a Statement of Exclusivity and Availability? A6: Please refer to RFP Particulars’ Tab, where in the “Exclusivity and/or availability statement details” box it is stated: Exclusivity and availability statement shall be required for IP3 Implementation Lead and embedded FMS Leads.
Edited on:
14-Oct-2021 15:53
Edited by:
webservice@unops.org
New clarification added: Q5: Does UNOPS have any links to websites or information on years of experience or salary ranges for national staff ICSC Levels? A5: Please see: https://www.un.org/Depts/OHRM/salaries_allowances/salaries/somalia.htm
Edited on:
14-Oct-2021 15:51
Edited by:
webservice@unops.org
New clarification added: Q4: How many example team members / CVs is it anticipated we should submit for the extended team? A4: There is no limit for the number of CVs for the Extended Team.
Edited on:
14-Oct-2021 15:49
Edited by:
webservice@unops.org
New clarification added: Q3: In the TOR in the 5th bullet point of paragraph 14-c, it is mentioned that “The Supplier is invited to suggest the duty station of the MERL Team Lead (in Nairobi or Mogadishu) …". Can the duty station for IP2 core staff also be in Nairobi? Will there be a joint programme office in Nairobi as well as Mogadishu and each target FMS? A3: We have deliberately tried to put the office locations to be in Mogadishu, Baidoa and Kismayo. We would potentially be prepared to look at a team leader to be based in Nairobi, Kenya with significant travel to Mogadishu and elsewhere, if that is going to make a sizable difference to the quality of the Team Lead you can put forward. However, the reset of the Core Team will have to be located in the country of services. Joint programme office locations shall be primarily in Baidoa and Kismayo. Programme HQ shall be in Mogadishu and a smaller office shall be maintained in Nairobi, Kenya.
Edited on:
14-Oct-2021 15:48
Edited by:
webservice@unops.org
New clarification added: Q2: We understand there is a MERL provider. However, can we also include MERL / academic and research expertise as part of our core or extended team members? A2: Yes, you can.
Edited on:
14-Oct-2021 15:41
Edited by:
webservice@unops.org
New clarification added: Q1: The Returnable Bidding Form section contains a Form D - Technical Proposal Form. Whilst Para 1.9 provides a maximum word count, other para's do not. Are you able to confirm word count for Section 2 (2.1, 2.2), Section 3 (3.1, 3.2, 3.3, 3.4, 3.5, 3.6)? A1: Whist no specific word count limit is set for majority of the sections, UNOPS expects the Offeror's responses to all of the questions to be short, concise and to the point. Wherever necessary, references shall be made to other relevant documents and those required documents shall be attached to the proposal separately.
Edited on:
14-Oct-2021 15:39
Edited by:
webservice@unops.org
New amendment added #2: The RFP is further amended as follows:Description has been added for the "EVALUATION OF INTER-RELATED TENDER PROCESSES" in the "Evaluation Method details" box under the RFP Particulars' Tab; Deadline for the submission of proposals is hereby extended until October 31, 2021, 09:00hrs East Africa Time (UTC + 3hrs).
Edited on:
13-Oct-2021 14:54
Edited by:
webservice@unops.org
New amendment added #1: The RFP is amended as follows:Terms of Reference is updated to incorporate the changes related to the overall the Programme Implementation component of the SSJP2. Document titled "25522_Section_II_Terms_of_Reference_for_IP2_for_SSJP2.pdf" is hereby replaced with "25522_Section_II_TOR_for_IP2_for_SSJP2_Rev1_(210916).pdf"; Description of Evaluation Criteria and Scording Methodology is updated to reflect the changes made to the Terms of Refence. Document titled "25522_Section_I-A_Eval_Criteria_&_Scoring_Methodology.pdf" is hereby replaced with "25522_Section_I-A_Eval_Criteria_&_Scoring_Methodology_Rev1_(210916).pdf"; Evaluation criteria of the RFP in the Criteria Tab are updated to reflect the changes made to the RFP Section II - Terms of Refence and RFP Section I-A Description of Evaluation Criteria and Scoring Methodology; Returnable Bidding forms are updated to reflect the changes made to the RFP Section II - Terms of Refence, RFP Section I-A Description of Evaluation Criteria and Scoring Methodology and in the RFP Criteria Tab. Document titled "25522_Section_III_Returnable_Bidding_Forms.docx" is hereby replaced with "25522_Section_III_Returnable_Bidding_Forms_Rev1_(210916).docx".Deadline for the submission of proposals is hereby extended until October 25, 2021, 09:00hrs East Africa Time (UTC + 3hrs); Deadline for clarifications is hereby extended until Close of Business on October 15, 2021, East Africa Time (UTC + 3hrs); Minutes of the pre-bid clarification meeting conducted on 13 September 2021 have been uploaded in the document upload section.
Edited on:
17-Sep-2021 14:50
Edited by:
webservice@unops.org