DANISH REFUGEE COUNCIL (DRC) has floated a tender for Consultancy Services to Support Refugee and Refugee Hosting. The project location is Uganda and the tender is closing on 13 Sep 2018. The tender notice number is RFP-UG-KLA-2018-276, while the TOT Ref Number is 26606869. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Uganda

Summary : Consultancy Services to Support Refugee and Refugee Hosting

Deadline : 13 Sep 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 26606869

Document Ref. No. : RFP-UG-KLA-2018-276

Competition : ICB

Financier : Other Funding Agencies

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : DANISH REFUGEE COUNCIL (DRC)
4688 Kalungi Road, Muyenga, Kampala Tel +256414598341/2
Uganda
Email :ug.tender@drcuganda.org / c.o.conduct@drc.dk / itb.questions@drcuganda.org

Tender Details

Request for proposals are invited for Consultancy Services to Support Refugee and Refugee Hosting (Drc Uganda).

The Danish Refugee Council (DRC) has received a grant for the Consultancy Services to support refugee and refugee hosting communities in the districts of Adjumani, Arua, Kiryandongo and Yumbe with the aim of fostering social cohesion and harmony between refugees and host communities.

Therefore, the DRC requests you to submit your proposal for this service outlined in the Tender documents.

ITB Issuing Date: 06 September 2018

ITB Closure Date: 13 September 2018, 16:30 (EAT Time)


COUNTRY OFFICE UGANDA
4688 Kalungi Road, Muyenga, Kampala
Tel256414598341/2
5th, September 2018

Request for Proposal No. RFP-UG-KLA-2018-276: Provision of Consultancy Services - Mid-term Review Support Programme to the refugee settlement and Host communities in Northern Uganda. (SPRS-NU)

Dear Sir/Madam:

The Danish Refugee Council is leading a four-year European Union Emergency Trust Fund (EUTF) grant (2016-2020) to support refugee and refugee hosting communities in the districts of Adjumani, Arua, Kiryandongo and Yumbe with the aim of fostering social cohesion and harmony between refugees and host communities. The programme, implemented in consortia with three other NGOs (ZOA, Save the Children and CEFORD), takes a comprehensive programmatic approach with four key components: 1) livelihoods, 2) conflict management and 3) education. The fourth element of the EUTF is on research, evidence and learning and looks to consider the intervention rationale of the EUTF, its strengths, successes as well as its lessons, from a solutions perspective. The knowledge component is expected to contribute to the knowledge on the effects of this type of action on the displacement situation from a solutions perspective.
Danish refugee Council seeks to undertake a Mid Term Review consultancy to facilitate an all-inclusive and participatory review of the overall design and execution of the Project, based on evidence and lessons learned and propose appropriate revisions taking into account contextual changes and the need to enhance quality and impact of the project. Linked to the foregoing, the MTR seeks to achieve the following specific objectives:
a) Help consortium partners and stakeholders reflect on what is working well/not working well and discuss strategies for enhancing program performance based on the experiences and lessons learnt so far
b) Provide the consortium with an objective view on the project status, its relevance, how effectively it is being managed and implemented, and whether the project is likely to achieve its development and immediate objectives, and whether SPRS-NU is effectively positioned and partnered to achieve maximum impact.
c) Directly enlist stakeholders and partner’s perspectives and inputs on documented learnings based on their experiences with the EUTF SPRS-NU project that has been implemented in the past two years.
d) Help consortium partners set the course for the remaining duration of the project and jointly identify sustainability/exit strategy.
e) Facilitate an all-inclusive participatory review and reflections on project successes, achievements and gaps upon which proposed strategies for sustainability can be strengthened and/or enhanced as listed in the Terms of references the attached Bidding Form titled RFP-UG-KLA-2018-276: Provision of Consultancy Services herein attached.






I. TENDER DETAILS
The Tender details are as follows:

Line Item Time, date, address as appropriate
1 RFP published 6th, September 2018
3 Closing date for clarifications 11th, September 2018
4 Closing date and time for receipt of Tenders 13th, September 2018, 4.30PM EAT
5 Tender Opening Location COUNTRY OFFICE UGANDA
4688 Kalungi Road, Muyenga, Kampala
6 Tender Opening Date and time 14th, September 2018, 11:00hrs EAT


PLEASE NOTE: NO PROPOSAL WILL BE ACCEPTED AFTER THE ABOVE CLOSING TIME AND DATE

II. SELECTION AND AWARD CRITERIA
The criteria for awarding contracts resulting from this Tender is based on ‘best value for money’. For the purpose of all tenders, DRC defines best value for money as:

Best value for money should not be equated with the lowest initial proposal option. It requires an integrated assessment of technical, organizational and pricing factors in light of their relative importance (i.e. reliability, quality, experiences, and reputation, past performance, cost/fee realism, delivery time, reasonableness, need for standardization, and other criteria depending on the item to be procured).

For all proposals deemed technically compliant as per the specification stipulated in Annex A – Terms of Reference, DRC will give a weighted combined technical and financial score. The weighted score will determine the contract award.


The technical criteria for this RFP and their weighting in the technical evaluation are:


Technical criteria # Technical criteria Weighting in technical evaluation
[Total 100%]
1 Demonstration of experience and expertise in evaluating Complex Multi-Year and Multi-Sector humanitarian Programmes incorporating Food security, livelihoods, WASH and Education with knowledge on Core Humanitarian Standards (CHS) as part of the local governance issues (minimum 10 years’ experience). Please demonstrate this in the technical proposal and CV 15%
2 Knowledge of strategic and operational management of humanitarian Programmes, and proven ability to provide strategic recommendations to key stakeholders. Please demonstrate this in the technical proposal 15%
3 Demonstration of experience in both quantitative and qualitative participatory data collection and data analysis techniques. Please demonstrate this in the technical proposal 15%
4 Good understanding of legal and policy frameworks relating to the Refugee Response in Uganda. Familiarity with Uganda context, in particular the Northern and Western regions that have experienced a refugee influx. Please demonstrate this in the technical proposal and CV 15%
5 Proven research skills and experience in the area of broader humanitarian context in the East Africa region current issues that underpin program design and implementation among others (at least 5 years). Please demonstrate this in the technical proposal and CV 15%
6 Strong analytical skills and ability to clearly synthesize and present findings, draw practical conclusions, make recommendations and prepare well-written reports and learning briefs in a timely manner. This should be coupled with Proven skills in facilitation of learning events using participatory methods 15%
7 Compliance in line with DRC documentations, administrative evaluation and financial proposal 10%

Please note that proposals shall respond to all criteria, or their proposal may be disqualified.

A. Administrative Evaluation
A proposal shall pass the administrative evaluation stage before being considered for technical and financial evaluation. Proposals that are deemed administratively non-compliant may be rejected. Documents listed below shall be submitted with your proposal.

# Document Instructions
1 Technical Proposal
• A suitability statement including CV of participating consultant with details of qualifications and experience.
• Technical proposal addressing all the technical requirements summarizes understanding of the TOR, methodology and tools to be used.
• Work-plan clearly indicating the activity schedule.
• Recommendation letters with Contacts of three organizations that have recently contracted you (in the last three years) to carry out similar assignment
• Supplier Profile and Registration Form
• All supporting documents for the technical proposal
• Tender and Contract Award Acknowledgement Certificate (Annex B) Complete with all necessary information, sign, stamp and submit
2 Financial proposal providing cost estimates and consultancy fees. Complete with all necessary costs, sign, stamp and submit

B. Technical Evaluation
To be technically acceptable, the proposal shall meet or exceed the stipulated requirements and specifications in the RFP. A Proposal is deemed to meet the criteria if it confirms that it meets the conditions, procedures and specifications in the RFP without substantially departing from or attaching restrictions with them. If a proposal does not technically comply with the RFP, it will be rejected.

C. Financial Evaluation
All proposals that pass the Technical Evaluation will proceed to the Financial Evaluation. Proposals that are deemed technically non-compliant will not be financially evaluated.

III. TENDER PROCESS
The following processes will be applied to this Tender:
• Tender Period
• Tender Closing
• Tender Opening
• Administrative Evaluation
• Technical Evaluation
• Financial Evaluation
• Contract Award
• Notification of Contract Award

IV. SUBMISSION OF PROPOSALS
Bidders are solely responsible for ensuring that the full proposal is received by DRC in accordance with the RFP requirements, prior to the specified date and time mentioned above. DRC will consider only those portions of the proposals received prior to the closing date and time specified.


The following documents shall be contained with the bid:

Technical Proposal
• A suitability statement including CV of participating consultant with details of qualifications and experience.
• Technical proposal addressing all the technical requirements listed in the Terms of Reference, proposal that summarizes understanding of the TOR, methodology and tools to be used.
• Work-plan clearly indicating the activity schedule.
• Recommendation letters with Contacts of three organizations that have recently contracted you (in the last three years) to carry out similar assignment. Attach at minimum three (3) copies of such recommendation letters.
• Supplier Profile and Registration Form (Annex E)
• All supporting documen

Documents

 Tender Notice