LRFP-2017-9130781: Consultancy to Prepare and Conduct RBM trainings – for 2017-2018 UNICEF - Regional Office West and Central Africa Office

UNICEF
LRFP-2017-9130781: Consultancy to Prepare and Conduct RBM trainings – for 2017-2018 UNICEF - Regional Office West and Central Africa Office Request for proposal

Reference: Email 1 with subject " LRFP-2017-9130781 TECHNICAL OFFER"RBM
Beneficiary countries or territories: Multiple destinations (see the Countries or territories tab)
Published on: 27-Mar-2017
Deadline on: 07-Apr-2017 17:00 (GMT 1.00)

Description

LRFP-2017-9130781: Consultancy to Prepare and Conduct RBM trainings – for 2017-2018 UNICEF - Regional Office West and Central Africa Office

 

UNICEF’s Regional office for West and Central Africa (WCARO) is seeking for services of an internationally, recognized firm(s) or institution(s) or individual consultant with expertise in area here below:

Preparation and conduction of Result Based Management RBM trainings in WCAR (West and Central Africa Region)

Presentation of offers:

For firms /institution: proposals must be sent via e-mail only to the following address: wcarooperations@unicef.org. The proposal should not be copied to any other person.

IMPORTANT - ESSENTIAL INFORMATION

The technical and financial proposals must be submitted in two separate communications (emails) and clearly marked as technical or financial proposal respectively.

The reference LRFP-2017-9130781 must be shown on the proposals.

The Proposal Form must be completed, signed and the attached to documents used when responding to this RFP. The proposing entity is free to enclose any other document that will further clarify the content of their proposal.

The proposals must be received at the above address by latest 17:00 hours Senegal time (GMT) on 07th April 2017 and will be opened on the same day. Due to the nature of this RFP, there will be no public opening. Proposals received after the stipulated date and time and / or in any other manner will be invalidated. Proposals will only be accepted in Dollars of the United States of America.

UNICEF is an entity exempt from duties and taxes. Your proposal should not include VAT. UNICEF does not make advance payments and the payment will be done after the delivery of service/equipment and on presentation of a certified final invoice. The bidder agrees to cover all additional expenditures that were not included in their proposal, except those resulting from the modification of UNICEF’s requirements.

 

Prepared by: Oumou GAYE

Supply Assistant (To be contacted for additional information, NOT FOR SENDING OFFERS):

okgaye@unicef.org

---------------------------------------------------------

Validated by: Mr Maazou YAHAYA -Supply & Logistics Specialist

 

REQUEST FOR PROPOSAL FORM

This FORM must be completed signed and returned to UNICEF. The Proposal must be made in accordance with the instructions contained in this to Request for Proposal (LRFP)

TERMS AND CONDITIONS OF CONTRACT

Any contract resulting from this LRFP shall contain UNICEF General Terms and Conditions for Institutional and Corporate Contract and any other specific Terms and Conditions detailed in this LRFP

INFORMATION

Any request for information regarding this LRFP must be forwarded by email to Mrs. Oumou k. GAYE   with specific reference to the LRFP number.

The Undersigned, having read the Terms and Conditions of LRFP No. LRFP-2017-9130781 set out in the attached document, hereby offers to execute the services specified in this document.

 

Signature & stamp                                           __________________________

Date:                                                     ________________________________

Name & Title:                                     ________________________________

Company:                                           _________              _________ _______

Postal Address:                                 ________________________________

Tel  Nos:                                               ________________________________

Fax No:                                 ______                ______________ ___________

E-mail address:                                  _______  ___            _____    _________

Currency of proposal:                     ________________________________

Validity of proposal:                        ________________________________ 

 

 

 

 

 

 

 

A-TERMS OF REFERENCES

1.         Background and Context

UNICEF is committed to improve its capacity to utilize the Result Based Management (RBM) approach through several global initiatives. The most important one is to strengthen staff capacity to improve programming and management for results in all offices.

To this end a set of learning products have been developed that include an e-learning package, a one week workshop, and a Manual. These efforts have been guided by the Field Results Group (FRG) and Data Research and Policy (DRP) in Headquarter (HQ) with substantial inputs from other HQ Divisions, Regional Offices and Country Offices.

2.         Justification

A Global roll-out strategy, supported by Regional Plans, aims to train at least 2,000 staff per year in 2016, 2017 and beyond. To achieve this in a consistent manner, FRG and Learning and Knowledge Management Unit (LKE) in DRP have trained internal and external Master Trainers to assist regional and country offices with the roll out. In addition, West and Central Africa Regional Office (WCARO) has trained RBM champions who have been integrated in the pool of master trainers.

To ensure availability of master trainers in 2017 and beyond, WCARO would like to establish contracts with one or more qualified institutions.

2.1.     Purpose and Objective

UNICEF WCARO Wishes to contract with one or more Institutions/Firms/ individuals that would be interested in delivering RBM trainings for countries in the region. The work to be undertaken under contracts is to be guided by the content of the global RBM package.

3.         Activities, Tasks, Outputs and Deliverables

To deliver face to face RBM trainings, the institutions will follow as closely as possible the content and flow of the face-to-face training and undertake the following tasks:

A)            Master the content of the training package (e-learning materials, facilitators guide and all face to face materials housed on the dedicated site), and seek any additional resources necessary to conduct the workshops.

B)            Coordinate with WCARO, LKE and FRG to ensure that the most relevant and context-specific materials are available for the workshops, notably case studies, examples and regional priorities, in addition to existing folders.

C)            Assist WCARO in the practical preparation of the workshop (e.g. list of training requirements, resources and spaces needed, identification and review of case studies for the group work etc.).

D)           Coordinate with LKE and WCARO to ensure that a Learning Needs Assessment is conducted and results used to adjust the workshop agenda.

E)            Co-facilitate the workshops with HQ and WCARO master trainers. Identify sessions where other resource persons may be needed to support the training programme.

F)            In preparing the presentations, make adjustments to the learning materials as necessary, also ensuring that the timing is properly adjusted for effective learning to take place.

G)           At the end of each workshop, submit a workshop report including recommendations and feedback from participants with any suggestions on the modifications required to the workshop materials.

H)           Use the lessons learnt from the workshops to feed into the RBM Global Master Trainers Network site to benefit future workshops.

I)             Communicate final list of trainees to WCARO and relevant country offices which will ensure that the names of trained staff are entered on Agora and their participation to the training is acknowledged (certificates, attestations…).

The Institution / consultant will provide the following deliverables at the end of each Workshop.

a)            Workshop report with recommendations for modifications/update on RBM training package, including feedback from participations on the different modules if any, highlighting lessons learnt that may help in further refinement and improvement of the delivery and content of the modules. Annex the list of staff trained, the results of Training participants Evaluation and the used presentations.

b)            Input feedback into the RBM Global Community of Practice to ensure knowledge exchange and sharing with the Master Trainers community.

4.         Management, Organization and Timeframe

For each face to face training, institution / consultant should ensure preparation, delivery and reporting. The standard workshop duration is 5 days and could require travel depending on the location.

The institution / consultant will work under the direct supervision of the Regional Programme Planning Specialist and in close collaboration with the Programme and Planning Specialist (KM). When contracted by a Country Office (CO), the institution / consultant will work under the supervision of the CO team.

Duration of the workshop, Itinerary and number of days for DSA to be paid should be agreed with contracting Country office prior to the workshop.

5.         ROMP Reference, Budget and Remuneration

Payment will be done after delivery of each workshop and submission of respective deliverables against invoices. Each Country office will cover costs related to its trainings.

6.         Qualifications and Specialized Knowledge/experience required

Individuals / Institutions with team members

•             Certified RBM Master Trainer/Champion for UNICEF

•             Advanced university degree in Education, social development or a relevant field.

•             Experience and expertise with developing complex training modules

•             Proven knowledge and skills in instruction and instructional design as applied to adult learning.

•             Strong facilitation and training skills.

•             Knowledge of UNICEF RBM approach essential

•             Knowledge on UN common practices in programming and RBM an added advantage

•             Strong analytical, planning, communication and writing as well as working with peoples skills

8.         UNICEF recourse in case of unsatisfactory performance:

Payment will only be made for work satisfactorily completed and accepted by UNICEF.

All materials developed will remain the copyright of UNICEF and that UNICEF will be free to adapt and modify them in the future

 

B- TECHNICAL AND COMMERCIAL PROPOSAL REQUIREMENTS

1.0 THE PROPOSAL

The proposer must provide sufficient information in the proposal to demonstrate compliance with the requirements set out in each section of this Request for Proposal. The proposal shall address, as a minimum:

2.0 MANDATORY REQUIREMENTS

• Completed and signed Proposal Form;

• Technical Proposal;

• Financial Proposal;

3.0 TECHNICAL PROPOSAL

1-            Cover letter explaining the value added of the proposed institution/team, presentation of the institution, P11 of team members who will perform the assignment.

2-            Technical proposal describing how the institution will equip itself to ensure the deliverables as described in the TORs above.

The Technical Proposal must not contain any price information and must include but is not limited to points here below:

3.01 Technical / Operational Merit

• Understanding of the requirement for the consultancy as set out in point A- Terms Of References (ToRs);

• Adequacy and realism of the timeline to propose against ToRs;

• Any other relevant technical, methodological or operational comments.

3.02 Approach and Methodology

• Outline of proposed approach and methodology, based on tasks described in objectives in ToRs,

• Any other relevant technical, methodological or operational comments;

• A timeline for the training preparation;

3.03 Experience, capability, capacity and resources

Qualifications as listed in point 6 in TORs: Qualifications and Specialized Knowledge/experience required

4.0 FINANCIAL PROPOSAL

The consulting firm/team or individual consultant will be responsible for all logistics arrangements associated with the completion of the contract. UNICEF country offices will not provide assistance in the areas of international travel arrangements, visas, banking/cash services, or office space and equipment (including computers, photocopiers).

The consultant should have appropriate travel documents and health insurances as required.

The Consultants will not receive any other benefits apart from those stated in the contract.

UNICEF will not provide any type of payments for accidental death and dismemberment and accidental medical coverage, health Insurance and any other taxes that the consultant have to pay.

UNICEF will not provide Secretarial help to the consultants or access to photo copier and computers / lap tops to carry out the project work.

Currency: US DOLLARS

Financial proposal, with the cost (fees) of one training workshop must be shared by using the table here below. Any discount(s) offered must be indicated.

 

 

Item

 

Description

 

Unit cost

 

Quantity

 

Total cost

1.

Daily fees

 

 

 

2.

Travel costs (estimate – Payment on real costs)

 

 

 

3.

Other costs

 

 

 

Total costs

 

 

 

 

 

Travel is expected under this consultancy. Travel costs, including economic class round ticket will be invoiced on a real basis after submission of tickets cost receipt and confirmation of actual days onsite. Itinerary and number of days for DSA to be paid should be agreed with contracting Country office prior to the workshop.

Due to the uncertainty over the total number of workshops to be completed, the total cost of the consultant could not be determined in advance.

Daily fees and other costs are deemed to include all inputs required for successful completion of the assignment.

IMPORTANT NOTES FOR INDIVIDUAL CONSULTANTS

Individual consultant will be submitted to UNICEF's DHR rules.

Against this tender the individual consultant will share a proposal with services and prices fixed from 2017 to 2018.

UNICEF will select one or more individual consultant: future contracts will be nonexclusive, and UNICEF is entitled to procure the same or similar services from other individual Contractors, as it sees fit.

UNICEF is not obligated to order any minimum quantity of services from the Individual Contractor

UNICEF shall not be liable for any cost in the event that no purchase of services is made.

Individual contractors will be contracted where services are rendered as and when required. Duration of future contracts with selected individual contractors will be for maximum 240 working days from 2017 to 2018. This duration is renewable upon satisfactory evaluation for 11, 5 months with same specifications and prices.

Future retired individual contracts will also observe UNICEF DHR's rules regarding annual earning restrictions.

Travel cost and DSA to be paid should be agreed with contracting Country office prior to the workshop. 

Selection

Among individual consultants which reach a technical score of 70, the 02 or 03 lowest financial bidders will be selected and offered contracts for maximum 240 working days (from 2017-2018) with UNICEF WCARO and Country Offices.

Conditions of Work

Travel is expected under this consultancy. As per UNICEF policy, payment will be made against approved deliverables. The individual consultants selected will be governed by and subject to UNICEF's General Terms and Conditions for individual contracts.

IMPORTANT NOTES FOR INSTITUTIONAL CONSULTANTS

Against this tender UNICEF wishes to create one or more Long terms Agreements. Country offices will use these LTAs to directly contract with when organizing RBM trainings.

The Long Terms Agreement (LTA) is an arrangement and not a contract between UNICEF and another part signed to secure prices of services /goods for a duration.

For this consultancy LTAs' duration will be for 02 years for institutions.

UNICEF is not obligated to order any minimum quantity of services from the Contractor, with a LTAs.

UNICEF shall not be liable for any cost in the event that no purchase of services is made under a LTA;

LTA is nonexclusive, and UNICEF is entitled to procure the same or similar services from other Contractors, as it sees fit.

Travel cost and DSA to be paid should be agreed with contracting Country office prior to the workshop. 

Selection

Among institutions which reach a technical score of 70, the 02 or 03 lowest financial bidders will be selected and offered a 2 years LTA with UNICEF WCARO and Country Offices

Conditions of Work

Travel is expected under this consultancy. As per UNICEF policy, payment will be made against approved deliverables. The institutions selected will be governed by and subject to UNICEF’s General Terms and Conditions for institutional contracts.

C- EVALUATION PROCESS, METHOD AND CRITERIA

1.0 RFP EVALUATION PROCESS AND METHOD

1.01     Each response will first be evaluated by UNICEF for compliance with the mandatory requirements    of this RFP. Mandatory requirements are indicated throughout this RFP by the words "mandatory", "shall", "must", or "will" in regard to obligations on the part of the proposer. Responses deemed not to meet all of the mandatory requirements will be considered non-compliant and rejected at this stage without further consideration.

1.02     Failure to comply with any of the terms and conditions contained in this RFP, including the provision of all required information, may result in a proposal being disqualified from further consideration.

1.03     At the next stage, the responses which comply with the stated mandatory criteria will be evaluated in accordance with the technical evaluation criteria as outlined in this document and according to the relative weighting that UNICEF ascribes to each criterion.

1.04     UNICEF reserves the right to enter into negotiations with selected contractor(s).

2.0 EVALUATION PROCESS CRITERIA

2.01 Mandatory Evaluation Criteria

For list see section B, point 3.0 TECHNICAL PROPOSAL of this RFP document.

For the proposal to be considered technically compliant, the proposer must achieve a minimum score of 70 points. Proposals not meeting these minimum scores will be considered technically non-complaint and will be given no further consideration.

Only after the technical evaluation is completed, the financial proposals will be considered according to the commercial criteria as outlined in this RFP.

UNICEF may award a contract / contracts to the qualified contractor(s) who is / are considered to have submitted the most responsive evaluated proposal(s) in order to receive best value for money.

2.02 Technical Evaluation Criteria

Scoring methodology for the proposals

 

Criteria for Evaluation of bidder’s Proposals

Technical proposals will be rated in accordance with the criteria described in the following tables. The rated criteria address following areas:

  1. Experience and qualifications of team members
  2. Understanding of the RFP and its objectives;
  3. Proposed approach and methodology

     

Table 1: Mandatory Criteria - identification of team members


 

 

 

Evaluation Criteria

Bidder’s Response (Specify Below- “Meets Requirement” or

“Does Not Meet Requirement”)

The Bidder must identify all proposed team members by name.

Bidders must also identify number of proposed team members, their role and location

 

MEETS   □

 

DOESN’T MEET  □

For each proposed team member the bidder must

include, within the proposal, a P11

The P11 shall be up-to-date and shall be submitted as an Appendix in alphabetical name sequence.

 

 

MEETS   □

 

 

DOESN’T MEET  □

 

Table 2: Technical Evaluation sheet

 

Criteria

Max. Points

Min. Points

  1. MANDATORY REQUIREMENTS (PASS OR FAIL)

 

 

 

2.    Experience and qualifications of team members

  • Experience and qualifications based on previous similar assignment (s)
  • Experience and qualifications of proposed team

 

40

 

30

3. Understanding of the RFP and its objectives

  • Understanding of scope, objectives and completeness of response
  • Overall concord between UNICEF requirements and the proposals

 

30

 

20

4.   Proposed approach and methodology

  • Approach is feasible
  • Recognition of direct as well as risks/peripheral problems and methods to prevent and manage risks/peripheral problems;

 

30

 

20

Total marks for technical proposals

100

70

 

Final Selection 

Finally, the overall score for each of the technically compliant proposals is calculated based on a ratio of 70%-30% between the technical and financial proposal.

How to Apply

Qualified institutions / Researcher (s) should apply by sharing in two emails at wcarooperations@unicef.org:

  • Email 1 with subject " LRFP-2017-9130781 TECHNICAL OFFER"RBM
  • Email 2 with subject " LRFP-2017-9130781 FINANCIAL OFFER"RBM