REQUEST FOR PROPOSAL WVNET 07005 REQUEST FOR PROPOSAL (RFP) FOR
REQUEST FOR PROPOSAL (RFP) · REQUEST FOR PROPOSAL (RFP) TENDER TITLE: Summative Evaluation of the...
Transcript of REQUEST FOR PROPOSAL (RFP) · REQUEST FOR PROPOSAL (RFP) TENDER TITLE: Summative Evaluation of the...
REQUEST FOR PROPOSAL (RFP)
TENDER TITLE: Summative Evaluation of the East Africa Customs
and Freight Forwarding Practicing Certificate
Training Programme (EACFFPC)
TENDER NUMBER: PRQ20140573
ISSUE DATE: 03November 2014
DUE DATE: 24 November 2014 (5.00 P.M. KENYA TIME)
REQUEST FOR PROPOSAL
Formative Evaluation of the Standards Harmonization and
Conformity Testing Programme
INVITATION TO TENDER INSTRUCTIONS CONTENTS
Introduction
1. General
2. Acceptance of Tenders
Instructions for Submitting a Tender
3. Format of Your Tender
4. Part A Preliminary requirements
5. Part B Executive Summary
6. Part C General & Technical Aspects
7. Part D Commercial Tender
8. Confirmation of availability
9. Government Tax
10. Evaluation Criteria & Process
11. Technical Evaluation
12. Financial Evaluation
13. Packaging and Delivery of Tenders
Other Information
14. Terms of Reference
15. Conflict of Interest
16. Disclosures
17. Joint Venture Tenders
18. TMEA’s Treatment of Your Tender
19. Sustainable Development
Annexes
20. Annex 1: Pro-Formas
21. Annex 2: Contract
22. Annex 3: Technical Bid Submission Form
23. Annex 4: Fair Price Declaration
24. Annex 5: TMEA Code of Ethics
25. Annex 6: Financial Bid Submission Form
Introduction
1. This Request for Proposal (RFP) and in particular the Instructions for Compiling and Submitting
Your Tender are designed to help you produce a tender that is acceptable to TMEA as well
asensuring that tenders are given equal consideration. TMEA will select the most economically
advantageous tender. It is essential, therefore, that you provide the information requested in the
specific format and no other.
2. TMEA is not bound to accept the lowest, or any, tender. We also reserve the right to request any,
or all, to clarify the bids submitted.
Instructions for Compiling and Submitting your Tender
3. Format of Your Tender
Your tender should be submitted in English and be set out in four (4) main parts
Part A –Preliminary requirement
Part B - Executive Summary
Part C - General and Technical
Part D – Financial
4. Part A Preliminary requirements
Bidders are required to submit certified scanned copies of statutory requirements which MUST
include:
Copy of Certificate of Registration/Incorporation;
Tax Compliance Certificate from your Revenue Authority;
Copy of passport/Identification Card (if individual vendor); and
Copy of VAT/ TIN/PIN/Social Security Certificate.
Failure to submit the above requirements may lead to disqualification.
Parts A, B & C may be contained in one document including signed Technical Bid Submission Form
(Annex 3), signed Fair Price Declaration (Annex 4) and signed TMEA code of Ethics (Annex 5); however,
Part D alongside Financial Bid Submission Form (Annex 6) must be separate to enable Technical and
Financial bids to be evaluated independently. Please do not include any financial/ price information in
Part A, B or C. Inclusion of any price information may lead to bid rejection.
5. Part B – Executive Summary
This should be a brief overview of your tender covering how you intend to achieve the outputs and
your assessment of the resources required.
6. Part C – General and Technical Tender
Your Technical submission should contain the following;
a) Any Qualification to Terms of Reference including scanned copies of relevant certificates.
b) Technical Response (including method of implementation and your proposed quality
assurance mechanisms).
c) Your CV with information relevant to this project to support (a) above.
d) Personnel Inputs – include person days without any reference to fees.
e) Previous relevant Experience.
7. Part D – Financial Tender
All prices must be for the duration of the contract. Your Financial bid should contain the following
information:
Signed and stamped Financial Bid Submission Form (Annex 6);
Confirmation of acceptance of TMEA’s Conditions of Contract without amendments (available
on TMEA website under work with us link button & specifically Supplier resources and
information);
Pricing details using the enclosed pro-formas. Besides completing proforma 1, bidders must
complete proformas 2, 3 and 4 on a fees and expenses basis to demonstrate the cost
breakdown of the milestone payments. Innovation is encouraged in the development and
pricing of technical and commercial proposals; and
A list of the names and designation of all nominated personnel proposed to work on this
project.
NOTE: TMEA shall determine, on a case by case basis, whether the contract will be based on
fees/ reimbursable or on milestone.
8. Confirmation of availability
You must confirmthat you will be available to provide the required services for the duration of the
contract.
9. Government Tax
Bidders are responsible for establishing the status of the Services for the purpose of any government
tax in any East African country. All fee rates proposed by the tenderer should be inclusive of all taxes
applicable. The contract shall be domiciled in Kenya and Government of Kenya tax laws shall apply.
10. Evaluation Criteria and Process
In assessing the proposals submitted, the evaluation committee will use the Quality and Cost Based
Selection (QCBS) selection as per 11 below.
11. Technical evaluation
A. Technical submission evaluation
The Technical evaluation will be based on a point - system marked out of a maximum of 70points.
Only proposals that score at least 50points in this Technical evaluation will be deemed to be
“substantially responsive”. Marks will be awarded according to the following matrix:
NO DESCRIPTION Max score
(70)
A. Qualification and competence of Consultants
1 Experience/ Expertise in relevant field 10
2 Qualification of consultants 5
3 Similar work carried out and supervised in EAC 10
4 Evidence of meeting specific requirements in the TORS 10
B. Technical approach (35)
1 Understanding of assignment objectives 10
2 Adequacy of proposed methodology/work plan 10
3 Logic, sequencing, interrelation of activities 5
4 Evidence of capacity to undertake work in terms with TOR and quality
assurance
10
TOTAL SCORE 70
If deemed necessary, the top three bidders from the Technical evaluations shall be invited to make
presentations to the evaluation committee.
12. Financial Evaluation
All substantially responsive proposals that score 50points or more from the Technical submission
evaluation shallhave their Financial proposals evaluated.
The formula for determining the Financial score (SF) shall be as follows:
Sf = 30 x fm/f where:
Sf is the financial score
Fm is the lowest fees quoted and
F is the fees of the proposal under consideration.
The lowest fees quoted will be allocated the maximum score of 30%.
The bidder’s proposals will be ranked according to their combined Technical score (st) and financial
score (sf) and weighted accordingly. The formula for the combined scores shall be as follows;
S = ST x T% + SF x P%
Where:
S, is the total combined scores of Technical and financial scores
St is the Technical score
Sf is the Financial score
T is the weight given to the Technical proposal (in this case 70%) and
P is the weight given to the Financial proposal (in this case 30%)
Note P + T will be equal to 100%.
13. Packaging and Delivery of Tenders
All tender documents must be submittedonline on the TMEA procurement portal
http://procurement.trademarkea.comon or before 24 November 2014 (by 5.00 p.m. Kenya time). The
Technical and Financial proposal will be submitted as two separate secure documents in PDF format.
Please note that the maximum size of the attachments is 10MB.
Late tenders will not be accepted in any circumstance.No special pleadings will be accepted. Faxed,
email or hard copy tenders/submissionsshall be rejected.
14. Terms of Reference
TERMS OF REFERENCE FOR EVALUATION
SUMMATIVE EVALUATION OF THE EAST AFRICA CUSTOMS AND FREIGHT FORWARDING PRACTICING
CERTIFICATE TRAINING PROGRAMME (EACFFPC)
1. BACKGROUND Trademark East Africa
TradeMark East Africa (TMEA) aims to improve trade competitiveness in East Africa by reducing
transport time/costs and improving the trade environment. It targets an increase in trade of 10%
(above trend) by 2016, contributing to sustained economic growth and poverty reduction. TMEA was
officially launched in February 2011 as a specialist not-for-profit organisation to implement a
programme to promote trade growth in East Africa. TMEA is currently funded by the UK, Belgium,
Canada, Denmark, Finland, Netherlands, Sweden, and USA. TMEA’s secured budget to date totals
about $540m. The programme is currently scheduled until June 2016 with the possibility of a new
programming phase beyond that.
Summary of the project The EA Customs and Freight Forwarders Practicing Certificate Training programme (EACFFPC) is
implemented by the Federation of East African Freight Forwarders. The association closely works with
the Uganda Revenue Authority, Rwanda Revenue Authority, Kenya Revenue Authority, Tanzania
Revenue Authority, and Burundi Revenue Office. FEAFFA is registered and domiciled in the United
Republic of Tanzania in 2006 but its Secretariat is located in Nairobi, Kenya. Current member
associations are Association Burundaise des Agences en Douane et Transitaires (ABADT), Kenya
International Freight & Warehousing Association (KIFWA), Association des Agences en Douane du
Rwanda (ADR), Tanzania Freight Forwarders Association (TAFFA) and Uganda Freight Forwarders
Association (UFFA). It represents over 2500 clearing and forwarding firms in East Africa.
FEAFFA aims at reducing freight logistics costs in the East African region through improved knowledge
and skills of freight forwarders and clearing agents. This is through implementation of a regional
training programme for freight forwarders and clearing agents with the aim to improve their
knowledge and skills and contribute to increasing the general levels of professionalism across East
Africa. It is expected that this will then lead to reduce transport and related costs along the key
corridors in East Africa.
The training programme started in 2007 with support from USAID. Since 2011, with assistance from
TradeMark East Africa (TMEA), the EACFFPC curriculum has been reviewed, and training capacity
expanded in order to achieve a critical mass of 4,500-trained Customs Agents. Once the critical mass
has been achieved, possession of the certificate issued by this programme will become a precondition
for acquiring a customs agent operating licence within the EAC.
The programme is implemented in Burundi, Kenya, Rwanda, Uganda, and Tanzania. Further
information is contained in the project sheet annexed to this TOR.
2. PURPOSE
TMEA aims to conduct a summative evaluation for the EACFFPC Training programme. The primary
purpose of the evaluation is to review and measure the level of success of the project against planned
outcomes as well as establish initial project impact, project efficiency, identify and feed lessons
learned into the management of current and future projects. The feedback will be used to improve on-
going projects and give strategic direction to future TMEA/ trade facilitation programmes. The
evaluation is also expected to identify good practices or models that can be documented and
showcased for learning, scale up and replication.
Specifically, at the programme level, the evaluation will determine the extent to which the project has
led to:
• A reduction in the number of errors committed by customs agents when lodging customs
entries and the resulting reduction in time to clear consignments through customs;
• Further reduction in the time it takes customs agents to clear consignments through customs
due to other improvements in cargo clearing practices;
• Reduction of incidences of corruption or other non-compliance to the law;
• The evaluation is also expected to determine the extent to which FEAFFA exhibited
organisational and technical capacity for delivery, demonstrated financial integrity and
soundness, managed risks associated with the project and demonstrated ownership of the
project implementation and results; and
• The cost benefits arising from TMEA contribution to the intervention.
3. RECIPIENT The primary audience for the evaluation is TradeMark East Africa, the Joint Evaluation Group (JEG1),
FEAFFA and its member associations, their key stakeholders as well as development partners. The
findings are also expected to be used by TMEA and the Programme Investment Committee (PIC) to
inform the on-going implementation of TMEA’s strategy and in particular, those sub-strategies that
concern reducing trade costs.
4. EVALUATION SCOPE AND OBJECTIVES The EACFFPC training programme is implemented in Kenya, Uganda, Tanzania, Burundi, and Rwanda.
The Consultant is expected to cover the geographical areas where the programme is implemented.
The consultant will contact as many stakeholders as possible to ascertain the extent to which the
training objectives were achieved including critical mass numbers, and other critical successes factors,
challenges encountered and lessons learnt from the programme. The evaluation scope will be guided
by the evaluation questions as detailed below.
The summative evaluation will address the following five categories of questions:
Effectiveness:
Effectiveness refers to the extent to which a development intervention has achieved its objectives,
taking their relative importance into account.
1The JEG is an advisory sub-committee of the PIC, TMEA’s oversight body. Joint Evaluation Group (JEG) is in place to steer and advise the monitoring and evaluation of the TMEA programme at key strategic points. It provides strategic direction on the independent evaluation, and has a strong coordination and facilitation role across the evaluative exercises and to ensure lessons learnt are taken forward.
The following key questions will be answered;
To what extent were the objectives achieved?
To what extent can identified changes be attributed to the intervention? What would have
occurred without the intervention?
If gender mainstreaming targets were set at project inception, examine the extent to which
targets were achieved, successes and challenges2.
Impact:
The evaluation will answer the following key questions:
What was the impact of the project (intended and unintended, positive and negative)?
What was the intervention’s measurable impact to reduction in costs and time to transport
goods along the EAC corridors?
Relevance
Relevance is the extent to which a development intervention conforms to the needs and priorities of
the target groups, the policies of recipient countries and donors and TMEA’s strategy.
The evaluation will answer the following questions:
Is the intervention well in tune with the trade/development policies and administrative
systems of the partner country government and EAC policies and systems?
Is the intervention consistent with TMEA’s policies and priorities? Is the intervention
consistent and complementary with activities supported by other programmes in TMEA
and/or by other donor organisations?
Sustainability
Sustainability is the continuation or longevity of benefits from a development intervention after the
cessation of development assistance.
The evaluation will answer the following questions:
What benefits (both social and financial) of the programme are likely to be sustainable and
would continue with or without TMEA?
What are the lessons learned that are relevant beyond TMEA?
Efficiency
Efficiency is the extent to which the costs of a development intervention can be justified by its
results, taking alternatives into account.
The evaluation will answer the following key question:
2Efforts to mainstream gender across TMEA have been relatively recent. For this reasons most of the projects did not have a policy to measure and monitor the different impact on men and women at project inception. The main purpose of including gender in the evaluation is to map out the existing gender practice, draw on the lessons learnt and assess the challenges faced to inform the TMEA gender policy and incorporate gender issues into the TMEA phase II programme.
To what extent and how has the intervention been effective and achieved good Value for
Money (VfM)?
Subsidiary indicative set of sub-questions linked to the key questions is provided in Annex 3
5. METHODOLOGY The consultant will use scientific and technical methods of collection and organising data. The
consultant also use mixed methods to appropriately assess the processes and impacts of
interventions. Methods should be tailored to the problem at hand and the resources available. The
consultant should aim to collect only information that will be of use and that will achieve high
response rates. The consultant must employ multiple mechanisms to ensure data quality and
appropriate levels of validation. The consultant should consider opportunities to adjust data collection
to optimise it across other TMEA evaluation work. Bidders are required to justify the evaluation
approach they intend to use.
TMEA Trade and Logistics team, FEAFFA and EACFFPC training coordinators and TMEA results team
will work with consultants to identify the data, key informants and stakeholders to interview and/or
survey, the questionnaire and/or survey instrument questions, as appropriate, and to ensure the
evaluation team has adequate access to relevant documentation. Data will be collected from the
following key sources: Methods used may include analysis of desk Survey (secondary data), informal
and formal stakeholder interviews, focus groups, and data triangulation.
Throughout the evaluation, lessons learned should be identified that may be relevant beyond TMEA in
order to inform future Phase 2 programming as well as contribute evidence towards comparative
effectiveness of regional programming.
Desk Survey: The desk review will entail a detailed review of relevant project documents that will be
availed by FEAFFA and TMEA. These will include the Project Appraisal Reports (PAR), project work
plans, monitoring plans (including results chains), risk plans, quarterly and annual progress reports as
well as FEAFFA and TMEA Theory of Change/Strategy among others. To assess impact of the project,
the evaluators will also undertake an online review of relevant information relating to the project.
Interviews and focus group discussions:The evaluators will have the options of conducting structured
and semi structured interviews as well as focus group discussions and Key informant interviews for
information gathering. Due attention will be paid to language to ensure effective communication. The
consultant is expected to document selected case studies show casing positive impact.
Project site visits: The project sites will be visited and the target beneficiaries will be interviewed to
ascertain their perspective and experiences. When possible, photos, video clips and audio recordings
of the interviews will be collected. The consultant is expected to document selected case studies show
casing positive impact where applicable.
Periodic management meetings will be held with the TMEA Trade and Logistics team, FEAFFA and
EACFFPC training coordinators and the Results Director. Information from different sources, e.g.
existing documentation and interviews, focus group discussions will be triangulated.
6. EXPECTED DELIVERABLES The evaluation team is expected to provide the following deliverables:
A detailed inception report with a work plan and draft data collection tools two weeks after
signing the contract. The detailed inception report should comprehensively demonstrate the
technical approach (including sampling methodology, key questions, data collection and
analysis methods and tools; work plan (including regional travel schedule) that will be
effectively and efficiently address the evaluation question within the consultancy timeframe;
A 1st draft evaluation report submitted to TMEA Trade logistics and results team as well as
FEAFFA executive director for review and input;
A 2nd draft evaluation report that will be presented to the Joint Evaluation Group committee,
TMEA Senior Management and Leadership Teams, Project and senior management team for
review and validation;
A final draft evaluation report will be presented to the National Oversight Committee and the
TMEA Programme Investment Committee (PIC) for adoption. The final report will be a written
report (Ms Word) with an executive summary and a Power point presentation on key findings,
conclusions, and recommendations; and
During the interviews and trips, the Evaluators will record and take photos at project sites and
during some of the interviews of the stakeholders, which will be submitted along with the
reports at the end of the evaluation.
The evaluation report shall be written in English, be of no more than 20 pages (excluding annexes),
use numbered paragraphs and should be structured into 3 sections; the first part will be devoted to
the evaluation of the relevance, effectiveness and efficiency of the project; the second part will
provide an analysis of sustainability and the scaling up of the project approach; and the third part will
focus on recommendations for future directions.. Annexes will provide detailed information collected
during field visits (focus discussion reports, summaries of interview sheets, summaries of responses
to questionnaires).
7. COMMENCEMENT DATE AND PERIOD OF EXECUTION The formative evaluation will be executed over a period of (6 weeks) starting from 1st December 2014.
A detailed work plan with clear and measureable deliverables and timelines should be included in the
technical proposal for this consultancy and the awarded consultant(s) will develop and finalise the
proposed work plan and budget (as part of the inception report) within 2 weeks of starting the
assignment.
Schedule of deliverables
Date Deliverables
January 2015 Contract signed
7 working days from contract signing Inception report
35 working days after receipt of
inception report feedback from TMEA
First draft project evaluation report
7 working days after receipt of TMEA
comments on first draft of evaluation
Second draft project evaluation report
Date Deliverables
report
7 working days after receipt of TMEA
comments on second draft of
evaluation report
Final draft project evaluation report
8. BUDGET FOR EVALUATION
The total budget for this evaluation is not expected to exceed USD 75,000.
9. EVALUATION TEAM COMPOSITION AND REQUIRED COMPETENCIES To ensure the independence of the evaluation and the credibility of the findings, the evaluation will be
conducted by a team of external consultants identified through a transparent selection process. The
team will include members with an appropriate balance of expertise in evaluation methodologies,
relevant technical expertise and practical experience. The Evaluation team leader is expected to be an
evaluation professional with substantial successful experience leading and managing evaluation
assignments, particularly relating to trade facilitation in developing countries and have in-depth
knowledge of the latest evaluation methodologies. The team leader should have at least 10 years’
experience.
The Evaluator (s) should combine the following expertise and experience:
Experience of designing and undertaking evaluations of multi-component development
programmes, using mixed methods approaches that meet recognised standards for credibility
and rigor;
Education qualification of at least a Master’s Degree(Team Leader) and Bachelor’s
Degree(Team members) in Development Studies, Economics or relevant Social Sciences;
Demonstrated experience of using evaluations as a tool for lesson-learning both during
programme implementation and beyond;
Strong stakeholders management skills and ability to work flexibly with donors, partner
countries, private sector entities; demonstrated ability to manage and sensitive relationships
tactfully and productively;
Strong understanding of the strengths and limitations of different designs and how to
interpret and present findings accurately to both researchers and non-researchers;
Strong understanding and demonstrated experience of various quantitative and qualitative
evaluation methodologies for demonstrating impact;
In-depth knowledge of trade issues, particularly in East Africa, and experience of working on
evaluations of trade policies and programmes;
Understanding of social inclusion and gender issues in programming in East Africa;
Strong communication skills:Being strategic as well as able to communicate complex studies
and findings in an accessible way for non-technical people.
10. IMPLEMENTATION ARRANGEMENTS
The Evaluator will be responsible for all logistic arrangements required to conduct the evaluation
work. TMEA will facilitate convening of meetings and site visits where necessary. All relevant expenses
should be covered by the evaluation contract budget.
The evaluation consultant will report to TMEA Results Director, who will manage day to day
contractual and organisational issues with the evaluation team, monitor implementation progress, and
provide progress updates to the Joint Evaluation Group (JEG). The evaluation consultant will work
closely with the TMEA Trade Facilitation Team, Strategic Objective Team Leader, and relevant staff in
FEAFFA.
Governance and quality assurance maybe strengthened further by peer reviewers. The role of the peer
reviewers will be to review the scientific and technical quality of the evaluation; to ensure that the
design and implementation of the evaluation is robust and credible, and will stand up to external
scrutiny. The final evaluation report will be presented to the JEG and subsequently to the PIC for
review, quality assurance, acceptance, and signing off.
Annexes:
1. Project Sheets;
2. List of Documents to be reviewed; and
3. Indicative sub-questions for key question in section 4.
Annex 1: Project Sheets
Project name EACFFPC training programme
Desired results Reduction in freight logistics costs in the East African region through
improved knowledge and skills of freight forwarders and clearing
agents. This will help reduce transport and related costs along the key
corridors in East Africa.3
Implementer Federation of East African Freight Forwarders, Uganda Revenue
Authority, Rwanda Revenue Authority , Kenya Revenue Authority,
Tanzania Revenue Authority, Burundi Revenue Office
Target Group Cargo clearing and forwarding agents
Value (USD)
Implementation
period
2011 - 2015
Geographical
Focus
Burundi, Kenya, Rwanda, Uganda, Tanzania
Why? The COMESA/SADC/EAC Tripartite Forum has recognised reducing high
freight costs as a necessary condition for achieving regional integration
(RI), fast and broad based economic growth and poverty reduction.
High transport and logistics costs in East Africa are caused by poor
infrastructure, cumbersome transit procedures and inefficient
transport and logistics. The freight logistics industry in East Africa has
been largely characterised by poor business practices. This is generally
due to lack of specialised skills and limited use of modern technologies.
Hence attempts by the public and private sectors to raise the
professional standard of clearing and forwarding agents, who are
recognised as a key player in trade logistics.
What? Upgrading of regional training programme for freight forwarders and
clearing agents with the aim to improve their knowledge and skills and
contribute to increasing the general levels of professionalism across
East Africa. Key outputs: • Review and update of the curriculum and
training materials • High-level policy forum approve revised policy
framework governing programme implementation • Training of
trainers • Eight new training centres established and one centre’s
capacity doubled • Monitoring and evaluation of training programme •
Training coordinators implement communications strategy • Training
3Important to note that the project was designed and aligned to TMEA old theory of change (2011). TMEA has a new ToC that was
approved in 2014.
for COC • Achieve critical mass of 4500 by June 2014.
How? TMEA is providing the required technical and financial assistance to
Federation of East African Freight Forwarders Associations to support
the training.
Annex 2: List of documents
DOCUMENT DETAILS
PAR 20 – Transport
Logistics
PAR 20 -Transport_Logistics.post.pic.May6.docx
Summary analysis of what was proposed to improve Transport,
Infrastructure and Logistics. The Project Appraisal Report (PAR) is the
formal approved document used to guide project implementation
and control. The PAR highlights:
• Background and Project description details • Expected outputs and outcomes • Work plan • Key linkages to other TMEA Rwanda projects • Funding approach and budget • Gender and other cross cutting issues • Value for money and risk analysis
Project Sheet
Project overview-Results Chains-Monitoring Plan.xlsm
M&E framework- Brief project sheet, results chain and monitoring
plan which details the results level, indicators, baselines planned
targets & milestones as well as key assumptions .
Project work plan
FEAFFA
EACFFPC detailed work plan Jan -Sep 2014.xlsx
Formal document that defines the project activities and outputs and
describes how and when the activities will be performed (the
estimated time and resources). The work plan provides a framework
for management review and control.
Project Results Chain
and monitoring plan
Project overview-Results Chains-Monitoring Plan.xlsm
A Results Chain and Monitoring plan for FEAFFA that details key
M&E requirements for each indicator and assumption i.e. Baselines
and targets at output and outcome levels.
End of project report
This is the end of the project report that summarises key
achievements against planned ones. The report also analysis the
extent to which short term and end of project outcomes were
achieved.
DOCUMENT DETAILS
End of project report.docx
Jan - March Quarterly
Programme report
Jan - March Quarterly Programme report.docx
Sample- Formal document from FEAFFA that reports/provides
synthesis of the progress and achievements, for the reporting period
of Jan – March 2014.
Weekly Status Report
29th April 2013
Weekly Status Report 29th April 2013 .pdf
Sample - This report outlines the activities carried out in the two
weeks between the 22nd -26th April 2013 project and in specific
scope of the work plan presented in the inception report.
FINAL FEAFFA
STRATEGIC PLAN -
March 2014
FINAL FEAFFA STRATEGIC PLAN - March 2014.doc
The 2014-2016 plan sets and supports the strategic direction of
FEAFFA.
PAPER J - TMEA Theory
of Change –
Explanation
PAPER J - TMEA Theory of Change - Explanation.doc
Paper that articulates in detail the propositions, assumptions and
beliefs behind TMEA’s strategy(Theory of Change)
Annex 3: Indicative sub-questions for key questions in section 4.
1. Effectiveness
How far were the intended outputs and results achieved in relation to targets set in the
monitoring plan?
What were the major factors influencing the achievement or non-achievement of the
objectives?
Were the programme’s expected impact and results logically and explicitly defined in project
documents including in the results framework?
What has the impact been on corruption across the various components?
Did the project management have a system in place for tracking the effectiveness of the
projects progress towards its stated desired short and midterm outcomes? Was this system
used to make decisions to change its activities accordingly?
Examine the extent to which monitoring and evaluation is/was integrated in the project cycle;
and
Examine the effectiveness of networks and coordination created.
2. Impact
What do beneficiaries (men and women) and other stakeholders affected by the intervention
perceive to be the effects of the intervention on themselves?
What is the impact of the intervention on FEAFFA? To what extent does the intervention
contribute to capacity development and the strengthening of institutions?
To what extent can changes that have occurred during the life span of the intervention or the
period covered by the evaluation be identified and measured?
To what extent has the programme benefitted women and girls?
Have measures been taken and been successful in mitigating potential negative impacts on
any sub-groups, in particular poor people in localised areas?
To what extent can identified changes be attributed to the intervention? What would have
occurred without the intervention?
Have plausible alternative explanations for identified changes been considered and
convincingly ruled out?
What has happened as a result of the programme or project?
What real difference has the activity made to the beneficiaries?
3. Relevance
Has the intervention been developed with the inclusion and participation of project partners?
Is the intervention a technically adequate solution to the development problem at hand? Does
it eliminate the main causes of the problem?
Do proposed innovations have a potential for replication?
Are the activities and outputs of the programme consistent with the overall goal and the
attainment of its objectives?
Are the activities and outputs of the programme consistent with the intended impacts and
effects?
4. Sustainability
What were the major factors, which influenced the achievement or non-achievement of
sustainability of the programme or project? To what extent, were these issues known before
the end of the project or programme and what was done to mitigate them?
What should be the essential components of a future exit strategy in order to sustain
impact?
Is the intervention consistent with partners’ priorities and effective demand? Is it supported
by local institutions and well integrated with local social and cultural conditions?
Do partners have the financial capacity to maintain the benefits from the intervention when
donor support has been withdrawn?
Are requirements of local ownership satisfied? How are stakeholders engaged through the
projects and beyond its life? Did partner country stakeholders participate in the planning and
implementation of the intervention?
Is the technology utilised in the intervention appropriate to the economic, educational, and
cultural conditions in the partner country?
Is the intervention compatible with a sustainable use of natural resources? Or is it harmful to
the natural environment?
Did the projects have clear and comprehensive exit strategies that were regularly monitored?
5. Efficiency
Has the evaluated intervention been managed with reasonable regard for efficiency?
What measures have been taken during planning and implementation to ensure that
resources are efficiently used?
Could the intervention have been implemented with fewer resources without reducing the
quality and quantity of the results?
Could more of the same result have been produced with the same resources?
Was the intervention economically worthwhile, given possible alternative uses of the available
resources? Should the resources allocated to the intervention have been used for another,
more worthwhile, purpose?
Were activities cost-efficient?
Were outputs and outcomes achieved on time?
Was the programme or project implemented in the most efficient way compared to
alternatives?
To what extent was risk management integrated in the programme? How often were risks
identified, analysed and incorporated in programme design?
How efficient and effective were the management and administration systems and procedures
including programme results framework and reporting?
15. Conflict of Interest
Tenderers must disclose in their Tender details of any circumstances, including personal, financial and
business activities that will, or might, give rise to a conflict of interest; this includes any sub-contractor,
if they were awarded this contract. Where Tenderers identify any potential conflicts they should state
how they intend to avoid such conflicts. TMEA reserves the right to reject any Tender which, in TMEA’s
opinion, gives rise, or could potentially give rise to, a conflict of interest.
16. Disclosures
The Tenderer must disclose:
a. If they or any of the Tenderer’s sub-contractors:
Are or have been the subject of any proceedings or other arrangements relating to
bankruptcy, insolvency or financial standing;
Has been convicted of any offence concerning professional misconduct; and
Has not fulfilled any obligations relating to the payment of social security contributions.
b. If they or any of the Tenderer’s sub-contractors have been convicted of, or are the subject of
any proceedings, relating to:
Participation in criminal organisation;
Corruption including the offence of bribery;
Fraud including theft, and not fulfilling any obligations relating to payment of taxes; and
Money laundering.
c. If they or any of the Tenderer’s sub-contractors:
Are, or have reason to believe that they may have been, or are subject of any proceedings,
that has resulted in the firms being blacklisted.
Disclosure extends to any company in the same group of the Tenderer (including but not limited to
parent subsidiary and sister companies, and companies with common shareholders whether direct or
indirect and parties with whom the Tenderer is associated in respect of this tender).
If a Tenderer or related company or any individual discloses details of any misconduct or complaint,
TMEA will make an assessment as to whether the Tenderer should be excluded. TMEA may seek
additional information from the Tenderer or other competent authorities to obtain the further
information required to make a decision on eligibility.
17. Joint Venture (or other form of association) Tenders
Where the Tender is submitted by the Tenderers in conjunction with one or more associates then, in
the absence of a Joint venture agreement the ‘Associate’ shall be deemed to be a sub-contractor to
the Tenderers and shall not be a party to the contract.
Tenders submitted by potential Joint Venture partnerships must include in the Tender documents a
“Letter of Intent to form a Joint Venture” in the event of being successful and:
a. Be signed by a duly authorised representative of each partner with details of each signatory
provided in print below each signature;
b. Include an express provision that each partner is jointly and severally liable in respect of the
Tenderer’s obligations;
c. Provide details of the name of the partner nominated to act as manager of the Joint Venture
and who is authorized to act for the Joint Venture in terms of committing it to any obligations
and liabilities and to receive and act upon instructions from TMEA and to make and receive
payments; and
d. State full details of the proposed structure; the division of technical responsibilities between
the partners and intended capitalisation.
18. TMEA’s Treatment of Your Tender
TMEA is committed to ensuring Value for Money* in complex procurements.
Therefore, when you submit a tender, we will:-
a. Disqualify any non-compliant tenders (i.e. tenders failing to meet the terms of these
instructions) received. The commercial details of such tenders will be recorded and marked as
disqualified;
b. Ensure that all tenders are evaluated objectively, in line with the evaluation criteria specified
in the covering letter;
c. Following evaluation, inform the Tenderers within reasonable time of the decision being
made; and
d. Following evaluation, provide feedback to each Tenderer within 15 calendar days of written
request and within the bounds of confidentiality.
* Value for money is defined as the optimum combination of whole-life cost and quality to meet
requirements
Tenderer Obligations
If you consider that any of the information included in your tender would prejudice your legitimate
commercial interests, please identify it and explain (in broad terms together with a time period after
which the information could be disclosed) what harm may result from disclosure if a request is
received. Tenderers must justify why they prefer any information to be withheld.
TMEA Obligations
Tenderers should be aware that, even where it is indicated in the tender that information prejudicial
to tenderers commercial interests, TMEA may be required to disclose it if a request is received. TMEA
recognises the legitimate commercial concerns of suppliers and will consult with the relevant tenderer
before disclosing information.
22
ANNEX 1: PRO- FORMA
Pro- forma 1
TENDER FOR: FORMATIVE AND SUMMATIVE EVALUATION OF THE SELECTED PRIVATE SECTOR/CIVIL
SOCIETY ORGANISATIONS PROJECTS (TRADE FACILITATION)
TENDER NUMBER: PRQ20140571
MILESTONE PAYMENTS PROPOSAL
The amount to be paid for the completion of the services is fixed at $
Payment will be made either:
a) as a lump sum on completion of the services
or
b) at relevant points throughout the contract period as detailed below
CRITERIA FOR PAYMENT
AMOUNT OF PAYMENT
TOTAL $
23
Pro forma 2
TENDER FOR: FORMATIVE AND SUMMATIVE EVALUATION OF THE SELECTED PRIVATE SECTOR/CIVIL
SOCIETY ORGANISATIONS PROJECTS (TRADE FACILITATION)
TENDER NUMBER: PRQ20140571
PROPOSAL BREAKDOWN - PERSONNEL INPUTS AND FEE RATES
NAME
Country (Specify No Days Daily Fee Rate Cost $
Long Term*
Short Term
TOTAL FEES
$
* Long Term is in excess of 4 months
Guidance on Fees and Expenses can be found in Section 2 of the contract - the General Conditions.
24
Pro- forma 3
TENDER FOR: FORMATIVE AND SUMMATIVE EVALUATION OF THE SELECTED PRIVATE SECTOR/CIVIL
SOCIETY ORGANISATIONS PROJECTS (TRADE FACILITATION)
TENDER NUMBER: PRQ20140571
PROPOSAL BREAKDOWN – PROJECT EXPENSES
Costs should be shown separately in the format set out below using separate sheets to provide full
details under each heading. Fees proposed by tenderers should be inclusive of all taxes.
TRAVEL (state country)
NO.
RATE
COST $
FARES International
Domestic
Other Travel Costs
Sub Total $
DAILY LIVING COSTS(state country) *Long Term
*Short Term
Sub Total $
25
EQUIPMENT* Items Purchased/Rented (Including vehicles)
Sub Total
$
Any other expenses (please list)
Sub Total
$
TOTAL PROJECT EXPENSES: (B)
$
*TMEA will not reimburse costs for normal tools of trade (e.g. portable personal computers)
*Long Term consultants are expected to utilise rented accommodation. No per diem is payable.
*Short Term expectation is either rented accommodation or a hotel
26
Pro- forma 4
TENDER FOR: FORMATIVE AND SUMMATIVE EVALUATION OF THE SELECTED PRIVATE SECTOR/CIVIL
SOCIETY ORGANISATIONS PROJECTS (TRADE FACILITATION)
TENDER NUMBER: PRQ20140571
PROPOSAL BREAKDOWN - SUMMARY OF FEE RATES AND EXPENSES
Total Fees (A)
$
Total Project Expenses (B)
$
Sub Total
$
TOTAL
$
27
ANNEX 2: CONTRACT
Section 1 – Form of Contract
CONTRACT FOR: [Insert Title here]
CONTRACT REFERENCE: [Insert Number here]
THIS CONTRACT dated [Insert date here] is made
BETWEEN:
TradeMark East Africa (“TMEA”) having its principal place of business at Equatorial Fidelity
Center, P O Box 313 00606, Nairobi, Kenya;
AND
[Insert Consultant Name+ (“The Consultant”) having its principal office located in *Insert Contact
Details].
WHEREAS:
TMEA has requested the Consultant to provide certain consulting services as defined in the
detailed terms of reference and scope of services attached to this Contract (hereinafter called
the “Services”); the Consultant, having represented to TMEA that they have the required
professional skills, and personnel and technical resources, have agreed to provide the Services
on the terms and conditions set forth in this Contract.
IT IS HEREBY AGREED as follows:
1. Documents
This Contract from page [Insert page no] to page [Insert page no.] shall comprise the following
documents:
Section 1 Form of Contract
Section 2 General Conditions
Section 3 The Services
Section 4 Special Conditions and Key Personnel
Section 5 Fees
28
This Contract constitutes the entire agreement between the Parties in respect of the
Consultant’s obligations and supersedes all previous communications between the Parties,
other than as expressly provided for in Section 3 and/or Section 4.
2. Contract Signature
If the original Contract is not returned to - TMEA duly completed, signed and dated on behalf of
the Consultant within 15 days of the date of signature on behalf of TMEA, TMEA will be entitled,
at its sole discretion, to declare this Contract void. No payment will be made to the Consultant
under this Contract until a copy of the Contract, signed on behalf of the Consultant is returned
to TMEA.
3. Commencement and Duration of the Services
a. The Consultant shall start the Services no later than [Insert start date] ("the Start Date")
for [state contract period in terms of days/moths/years] and shall complete them by [Insert end
date] (End Date") or any other period as may be subsequently agreed by the parties in writing
unless this Contract is terminated earlier in accordance with its terms and conditions.
b. If the services have not commenced in accordance with clause 3.1 above, TMEA may by
not less than 30 days written notice to the consultant, declare the contract to be null and void,
and in the event of such declaration, the consultant shall have no claim against TMEA with
respect thereto.
4. Financial Limit
Payments under this Contract shall not, in any circumstances, exceed [XXX] for fees and [XXX]
for expenses within a total limit of [XXX] inclusive of all taxes applicable ("the Financial Limit").
5. Time of the Essence
Time shall be of the essence as regards the performance by the Consultant of its obligations
under this Contract.
For and on behalf of TMEA Name: KEN JONES
Position: CHIEF OPERATING OFFICER
Signature:
Date:
For and on behalf of the consultant
Name:
Signature:
29
Date:
CONTRACT FOR CONSULTANCY SERVICES
Section 2 – General Conditions
1. Definitions
“The Contract” means the agreement entered into between TMEA and the consultant, as
recorded in this Contract Document signed by the parties, including all attachments and
appendices thereto and all documents incorporated by reference therein.
“TMEA Project Manager” means the person nominated by TMEA who is responsible for the
management of the Project.
"the Equipment" means any equipment, computer hardware or software, materials, goods and
vehicles and associated services necessarily required for the implementation of the Services
which are financed or provided by TMEA for use by the Consultant.
"the Financial Limit" means the amount specified in Section 1 and which represents the
maximum amount payable by TMEA under this Contract.
“Fees” means the fees payable for the Services as set out in Section 5.
"the Services" means the services to be provided by the Consultant as set out in Section 3.
“the Consultant” means the natural person(s), partnership(s), or company (ies) whose bid to
perform this contract has been accepted by TMEA and is named as such in this contract, and
includes the legal successors or permitted assigns of the Consultant.
"the Consultant’s Personnel" means any person instructed by the Consultant pursuant to this
Contract to undertake any of the Consultant’s obligations under this Contract, including the
Consultant’s employees, agents and sub-contractors.
“Subcontractor” means any natural person(s), partnership(s), or company (ies), including its
legal successors or permitted assigns, to whom any part of the services to be provided is
subcontracted by the Consultant.
2. Interpretation
In the event of any inconsistency between the Form of Contract (Section 1), these General
Conditions (Section 2) and the Special Conditions (Section 4), the Special Conditions shall prevail.
3. Project management
TMEA designates the TMEA Project Manager as being responsible for the coordination of
activities under this Contract, for the acceptance and approval on behalf of TMEA of the reports
and of other deliverables produced by the Consultant, and for receiving and approving invoices
for payment.
4. Obligations
30
a. TMEA and the Consultant each warrant that it has all the requisite corporate power and
authority to enter into this Contract and is fully capable of performing its obligations under
this Contract on the terms provided for in this Contract.
b. The Consultant shall perform the Services and all other obligations under this Contract with
all necessary skill, diligence, efficiency and economy to satisfy generally accepted
professional standards expected from experts.
c. The Services shall be provided at the location set out in Section 3. Notwithstanding this, the
Consultant may be required to travel to other locations from time to time in carrying out the
Services.
5. Indemnification
At its own expense, the Consultant shall indemnify, protect and defend, TMEA, its agents
and employees, from and against all actions, claims, losses or damage arising from any act or
omission by the Consultant in the performance of the services, including any violation
of any legal provisions, or rights of third parties, in respect of patents, trademarks and other
forms of intellectual property such as copyrights. Should the act or omission originate from
TMEA, then TMEA will indemnify the consultant.
The Consultant hereby indemnifies TMEA, its agents and employees against any legal cost,
including attorney/own client costs incurred by TMEA in defending any complaints, disputes or
claims lodged by any party as a result of the actions or omissions of the Consultant.
6. Consultant’s Personnel
a. The Consultant acknowledges that it and the Consultant’s Personnel have no authority to
create or incur any liability or obligation on behalf of TMEA, including but not limited to any
liability or obligation to expend or incur capital expenditure and not to recruit, employ or
dismiss any member of staff employed by TMEA.
b. The Consultant shall not at any time, either personally or by an agent, directly or indirectly
represent itself as being in any way connected with or interested in TMEA save as being
engaged to perform the Services.
c. Save for the Services agreed and set out at Section 3, TMEA is under no obligation to offer
work to the Consultant and the Consultant is under no obligation to accept any work, which
may be offered by TMEA.
d. No changes or substitutions may be made to members of the Consultant’s Personnel
identified in Section 4, if any, of this Contract without TMEA’s prior written consent.
e. If TMEA considers any member of the Consultant’s Personnel unsuitable, the Consultant
shall substitute such member as quickly as reasonably possible without direct or indirect
charge to TMEA with a replacement acceptable to TMEA.
f. The Consultant is responsible for all acts and omissions of the Consultant’s Personnel and
for the health, safety and security of such persons and their property.
7. Fees
31
a. Subject as follows, payments shall be due to the Consultant in accordance with the Fee
payment schedule set out in Section 5. In the case of Fees that are payable upon the
completion of milestones as may be set out in Section 4, such fees shall not become due and
payable until the completion, to TMEA’s satisfaction, of the relevant milestone event or the
delivery of the deliverables to TMEA’s satisfaction required for the achievement of the
relevant milestone satisfactorily
b. Payment of the Fees shall be subject to TMEA being satisfied that the Consultant is or has
been carrying out its duties, obligations and responsibilities under this Contract.
c. If for any reason TMEA is dissatisfied with performance of this Contract, an appropriate sum
may be withheld from payments that would otherwise be due under this Contract. In such
event TMEA shall identify the particular Services with which it is dissatisfied together with
the reasons for such dissatisfaction, and payment of the amount outstanding will be made
upon remedy of any unsatisfactory work or resolution of outstanding queries.
d. Fees charged and expenses incurred shall not, in aggregate, exceed the Financial Limit
without the prior written consent of TMEA.
e. No payments shall be made in respect of days not worked due to sickness or holiday or
otherwise.
f. Only the fee rates listed in Section 5 of this Contract will apply to any Services performed by
the Consultant under this Contract.
8. Expenses
The Consultant shall be entitled to be reimbursed only for those expenses which have been
approved and are set out in Section 5.
9. Invoicing Instructions
a. Invoices should particularise the contract to which they relate and should be sent to the
address referenced in Section 5.
b. All invoices should contain details of the Services provided, milestones achieved and
deliverables provided to which the invoice relates. Where expenses are payable, invoices
should be accompanied by proof of the expense. Any invoice not presented in accordance
with the above may be rejected and in any event shall be liable to query and delay in
payment.
c. TMEA may request proof of payment in respect of any item and shall be entitled to refuse to
meet a claim if this cannot be provided.
d. TMEA reserves the right to audit, or to nominate a reputable accounting firm to audit the
Consultant’s records relating to amounts claimed under this Contract during its term and
any extension, and for a period of three months thereafter.
e. TMEA reserves the right not to pay any amount due in respect of an invoice received by
TMEA more than 60 days after the day of the Consultant becoming entitled to invoice for
the payment to which it relates.
f. TMEA will deduct withholding tax from the consultant’s invoiced amounts as per
Government of Kenya regulations. Consultants from countries with double tax agreements
32
will be provided with withholding tax certificates. It is the consultant’s responsibility to
establish their tax status in the country where the Services will be delivered.
10. Payments
Subject to TMEA being satisfied that the Consultant is or has been carrying out their duties,
obligations and responsibilities under this Contract, sums duly approved shall be paid within 30
days of receipt of a valid invoice.
11. Nature of relationship
TMEA and the Consultant agree and intend that this relationship is one of undertaking
independent services and specifically is not a relationship of employer or employee agency, joint
venture or partnership.
Nothing contained herein shall be construed as establishing a relation of master and servant or
of principal and agent between TMEA and the Consultant and the Consultant will be solely
responsible for the tax status, tax and any statutory contributions payable of and for the
Consultant’s Personnel and for all or any of its or the Consultant’s Personnel’s taxes payable in
respect of Fees and reimbursements received in connection with this Contract.
12. Performance Standards
The Consultant undertakes to perform the Services with the highest standards of professional
and ethical competence and integrity.
13. Termination
Either TMEA or the Consultant may terminate this Contract, by not less than 30 days written
notice. In such cases, TMEA shall be liable to make payments only for work completed and
delivered, of acceptable standard.
14. Confidentiality
a. The Consultant shall not, during the term of this Contract and within two years after its
expiration or termination, disclose any proprietary or confidential information relating to
the Services, this Contract or TMEA’s business or operations without the prior written
consent of TMEA.
b. Notwithstanding the above, the consultant may furnish to its subcontractor such
documents, data, and other information it receives from TMEA to the extent required for
the subcontractor to perform its work under the contract, in which event the consultant
shall obtain an undertaking of confidentiality similar to that imposed on the consultant
under this contract.
15. Ownership of Material
c. Any studies, reports or other material, graphic, software or otherwise, prepared by the
Consultant for TMEA under the Contract shall belong to and remain the property of TMEA.
33
d. Where intellectual property rights in all material produced by the Consultant or the
Consultant's Personnel pursuant to the performance of the Services ("the Material") are the
property of the Consultant, the Consultant hereby grants to TMEA a worldwide,
nonexclusive, irrevocable, royalty free licence to use all the Material.
e. "use" shall mean, without limitation, the reproduction, publication and sub-licence of all the
Material and the intellectual property rights therein, including the reproduction and sale of
the Material and products incorporating the same for use by any person or for sale or other
dealing anywhere in the world.
16. Code of conduct
The consultant shall at all times act loyally and impartially and as a faithful adviser to TMEA in
accordance with the rules and/or codes of conduct of its profession.
It shall in particular refrain from making any public statements concerning the services without
prior approval of TMEA, and from engaging in any activity which conflicts with its obligations
towards TMEA under this contract.
It shall not commit TMEA in any way whatsoever without its prior written consent, and shall,
where appropriate, make this obligation to third parties.
17. Conflict of interest
The consultant shall refrain from any relationship which would compromise its independence or
that of its personnel. If the consultant fails to maintain independence, TMEA may terminate the
contract in accordance with the provisions of this contract.
18. Insurance
The Consultant and his/ her/ their personnel are responsible for ensuring adequate and
appropriate medical, travel, Personal Accident or any other insurance cover before beginning
work, under a TMEA contract for services. The Consultant's fee is deemed to include an element
to cover the cost of all insurance
19. Assignment
The consultant shall not assign, in whole or in part, their obligation under this contract, except
with prior written consent of TMEA.
20. Subcontracting
The consultant shall request approval in writing from TMEA for all subcontracts awarded under
this contract that are not included in the contract. Subcontracting shall in no event relieve the
consultant of any of its obligations, duties, responsibilities or liability under this contract.
21. Law Governing Contract and Language
34
The Contract shall be governed by the laws of Kenya but in the event of a conflict between
Kenyan laws and any other Law, then the laws of Kenya prevail. The language of the Contract
shall be English.
22. Dispute Resolution
TMEA and the Consultant agree to seek to resolve any dispute, controversy or claim arising out
of or relating to this Contract or the breach, termination or invalidity thereof, by amicable
settlement. Where it is not possible to reach an amicable settlement, any dispute, controversy
or claim arising out of or relating to this Contract or the breach, termination or invalidity
thereof, shall be settled by arbitration in accordance with the Arbitration Act of 1995 or any
statutory modifications or re-enactment thereof for the time being in force.
Notwithstanding any adjudication or arbitration proceedings no party shall commit an
anticipatory breach of contract.
23. Liability
Except where there has been misconduct, gross negligence, dishonesty or fraud on behalf of the
Consultant or the Consultant's Personnel, the Consultant's aggregate liability arising out of or in
connection with this Contract shall be limited to the amount of the Financial Limit. The
Consultant shall not be liable for any failure to perform or delay in performance of any of its
obligations arising out of or in connection with this Contract where such failure or delay is
caused by TMEA or any of TMEA’s agents, employees or contractors.
24. Force Majeure
a. The failure of the Consultant to fulfil any of its obligations under the Contract shall not be
considered to be a breach of, or default under, this Contract insofar as such inability arises
from an act, event, omission or accident beyond its reasonable control (“Force Majeure
Event”), provided that the Consultant (i) has taken all reasonable precautions, due care and
reasonable alternative measures in order to carry out the terms and conditions of this
Contract, and (ii) has informed TMEA as soon as possible about the occurrence of such an
event and in any event not later than 14 days after the occurrence of such event.
b. Any period within which the Consultant shall, pursuant to this Contract, complete any action
or task, shall be extended for a period equal to the time during which the Consultant was
unable to perform such action as a result of the Force Majeure Event.
c. During the period of their inability to perform the Services as a result of a Force Majeure
Event, the Consultant shall be reimbursed for additional costs reasonably and necessarily
incurred by it during such period for the purposes of the Services and in reactivating the
Services after the end of such period.
Force Majeure shall not include:
35
Any event which is caused by the negligence or intentional action of the consultant, or such
consultant’s subcontractors or agents or employees; nor any event which a diligent party could
reasonably have been expected to both: Take into account from the effective date of the
contract; and Avoid or overcome in the carrying out of its obligations.
25. Joint venture, consortium or association
Unless otherwise specified in this contract, if the Consultant is a joint venture, consortium or
association, all of the parties shall be jointly and severally liable to TMEA for the fulfilment of the
provisions of this contract.
The composition or constitution of the joint venture, consortium or association shall not be
altered without the prior written consent of TMEA. Any alteration of the composition of the
joint venture, consortium or association without prior written consent of TMEA shall be
considered to be a breach of contract.
26. Travel
All authorized air travel must be economy class through the most direct and economical route.
36
CONTRACT FOR CONSULTANCY SERVICES
Section 3 – The Services
TERMS OF REFERENCE
[Insert]
37
CONTRACT FOR CONSULTANCY SERVICES
Section 4 – Special Conditions and Consultant’s Key Personnel
1. Special conditions
The proposal-both technical and financial-submitted for this tender forms an integral part of this
contract.
2. Key Personnel
The following of the Consultant's Personnel cannot be substituted by the Consultant without
TMEA's prior written consent:
[Insert]
38
CONTRACT FOR CONSULTANCY SERVICES
Section 5 – Fees
1. Professional fees
Consultant Fee rate per day ($) Maximum number of days Total value ($)
TOTAL 1
2. Reimbursable expenses
Item Number Cost ($) Total value ($)
GRAND TOTAL (1+2)
All expenses including accommodation must be supported by valid receipts which must be
submitted with the relevant invoice. The only exception to this is the payment of subsistence
allowances which are paid at TMEA standard rates and which do not need to be supported by
receipts.
3. Invoicing instructions
Invoices should be sent to [email protected] after the deliverables/milestones have
been achieved and approved by TMEA and the recipient. The Invoices should clearly state the
Contract Number (PO/XXX) and details of the Consultant’s bank account to which TMEA shall
transfer payments.
39
ANNEX 3: BID SUBMISSION FORM
Bid Submission Form
[The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to its
format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]
To: TradeMark East Africa
2nd Floor, Equatorial Fidelity Centre
Waiyaki Way, Westlands
P.O. Box 313 00606
Nairobi, Kenya
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents;
(b) We offer to supply in conformity with the Bidding Documents and in accordance with the
Delivery Schedules specified in the Schedule of Requirements the following Goods and Related
Services [insert a brief description of the Goods and Related Services];
(c) Our bid shall be valid for the period of time specified in the ITT, from the date fixed for the bid
submission deadline in accordance with the ITT, and it shall remain binding upon us and may be
accepted at any time before the expiration of that period;
(d) We have no conflict of interest;
(e) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed.
(f) We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive.
Signed:[signature of person authorized by the Bidder to sign the bid submission form, and whose
name and title are shown below]
Name:[insert full name]
Title:[insert official title]
Duly authorized to sign the bid for and on behalf of:[insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
40
41
ANNEX 4: FAIR PRICE DECLARATION FORM
FAIR PRICE DECLARATION FORM
This form shall be completed by each consultant or consultancy firm and is to be read together with the
information to bidders in the request for proposal (RFP) document.
We/I [insert name of the consultant or consultancy firm] hereby declare that the price quoted in our
financial proposal are in line with the market rates and/or the approved professional charges and are
economical. We/I hereby give TradeMark East Africa authority to terminate the contract without further
communication should they discover that we/I [insert name of consultant or consultancy firm] are in
contravention of this declaration.
Name: _________________________________
Designation: _________________________________
Signature: _________________________________
Date: _________________________________
42
ANNEX 5: TMEA CODE OF ETHICS
TMEA CODE OF ETHICS
1. Preamble
TradeMark East Africa’s (TMEA) success depends on its reputation, integrity, openness and respect for
others. The trust and confidence of those with whom we deal is therefore, essential. The protection of
our reputation and relationships is of fundamental importance to our long term sustainability. We
recognise our obligations to all those with whom we have a direct relationship such as, donors, staff,
contractors and suppliers, the private sector in general, government, civil society and the wider
community.
This document covers fraud and corruption in the use of funds for ineligible expenditures, as well as
fraud and corruption engaged in for the purpose of influencing any decision as to the use of funds. All
such fraud and corruption is deemed to occur “in connection with the use of TMEA funds”. The recourse
for funds mismanagement, where TMEA has sufficient evidence, shall lead to refund of monies by the
beneficiary involved and prosecution by the authorities.
Gender mainstreaming also forms part of this document and it is obligatory for all partners to put
gender equity issues practice rather than adopting a superficial approach. This will be through
continuous assessment of the implications for women and men of any planned action, including
legislation, policies or programmes, in all areas and at all levels of the project.
Finally, all partners, consultants, contractors and stakeholders will sign the last page signifying they have
read and understood this document, which is an integral part of the engagement/contract document
with TMEA.
2. Definitions
A “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence improperly the actions of another party;
A “fraudulent practice” 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;
A “collusive practice” is an arrangement between two or more parties designed to achieve an
improper purpose, including to influence improperly the actions of another party;
A “coercive practice” 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,
and;
An “obstructive practice” is;
43
o Deliberately destroying, falsifying, altering or concealing of evidence material to the
investigation or making false statements to investigators in order to materially impede a
Bank 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, or
o Acts intended to materially impede the exercise of the Bank’s contractual rights of audit
or access to information.
“Gender mainstreaming” is the process of assessing the implications for women and men of any
planned action, including legislation, policies or programmes, in all areas and at all levels. It is a
strategy for making women's as well as men's concerns and experiences an integral dimension
of the design, implementation, monitoring and evaluation of policies and programmes in all
political, economic and societal spheres so that women and men benefit equally and inequality
is not perpetuated. The ultimate goal is to achieve gender equality.
A “recipient” is any individual, firm, organisation, NGO, PSO or CSO or any partner that works
with TMEA and/ or receives TMEA funding either through a contract or a grant.
3. Code of ethics
(a) Relationship with stakeholders
TMEA’s reputation depends on the way in which we work. It is vital that our stakeholders have
confidence in our competence and professional excellence. We will treat our stakeholders with respect,
honesty and fairness.
Confidential information relating to our relationship with all stakeholders will be respected. We respect
copyright and other intellectual property rights.
Where consultants and other third parties are contracted to perform duties by TMEA, they will be
expected to act in accordance with this code. The obligation to comply with this document forms an
integral part of the engagement we have with partners or consultants who are expected to append their
signature, as a confirmation of commitment to adherence.
Decisions to hire a consultant or source materials from a particular vendor or supplier are made on the
basis of objective criteria such as quality, reliability, technical excellence, price and service. Purchasing
decisions must never be made on the basis of personal relationships or the opportunity for personal
financial gain. The contractor undertakes to pay suppliers, subcontractors and agents in accordance with
agreed terms.
44
The receipt of gifts or favours by recipients can give rise to embarrassing situations and may be seen as
improper inducement. Gifts and favours must not be solicited. In the event that any offers of gifts or
favours are received, it should be reported immediately using your organisation’s hierarchy.
The recipient shall not avoid tax. The recipient will record and report all transactions, including those
where payment is made in cash. All taxable perquisites to which staffs are entitled will be listed and
declared for tax purposes.
TMEA is committed to openness and transparency in communicating with stakeholders and seeks a
constructive relationship the wider private sector/ civil society, the media, the government, non-
governmental organisations and the general public.
(b) Relationship with employees
TMEA aims to provide a positive, responsible, open and exemplary working environment. Relationship
with staff should be based on respect, dignity and fair treatment for all. We strive to maintain an
environment that is based on merit and inclusiveness. The organisation will recruit and promote staff on
the basis of their suitability for the job and organisation’s needs without discrimination. Diversity of staff
is central to our operations and we value it immensely.
TMEA expect staffs to conduct their business activities with colleagues and stakeholders with respect for
all and with honesty and courtesy. We will not tolerate harassment or bullying of staff.
The recipient will explain the purpose of its activities and individual jobs, foster effective communication
and involve employees in improving their work. As far as possible, it will provide staff with opportunities
to enhance their skills and capabilities, enabling them to develop fulfilling careers and to maximise their
contribution to the organisation.
The recipient, in recognition of the efforts of an individual, it will maintain an atmosphere of fair terms
and conditions of employment and remuneration policies and structures.
The recipient’s time, physical and intellectual property should be used for business purposes only.
Electronic communication equipment and related services (including email, internet, bulletin boards, fax
machines, file storage) must be protected from unauthorised external access or use. Under no
circumstances should they be used for receiving illegal, offensive, obscene or otherwise inappropriate
materials.
The recipient shall respect staff privacy. We will only collect and retain personal information that is
required for effective operation of the organisation or as required by law. The information will be kept
confidential and released only to those who have a legitimate need to know. Information received by
staff in the course of business dealings may not be used for personal gain.
No staff may be involved in any activity for personal gain. Any personal interests or interests of a
member of one’s immediate family in relation to the organisation’s business must be disclosed. Any
45
perceived conflicts of interest should be discussed with the line manager and it is your responsibility to
take action to declare and resolve any real or apparent conflict.
4. Fraud and corruption
The recipient shall:
(b) Take all appropriate measures to prevent corrupt, fraudulent, collusive, coercive
and obstructive practices in connection with the use of TMEA funds, including
(but not limited to):
adopting appropriate fiduciary and administrative practices and institutional
arrangements to ensure that the funds are used only for the purposes for which they
were intended, and;
ensuring that all of its representatives involved with the project, and all recipients of
funds with which it enters into an agreement related to the Project, receive a copy of
this document and are made aware of its contents;
(c) Immediately report to TMEA any allegations of fraud and corruption;
(d) Cooperate fully with representatives of TMEA or its appointed agent in any
investigation into allegations of fraud and corruption. If TMEA determines that
any person or entity referred to in 4.1 above has engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices, it may suspend further
funding/disbursement/payment. Should investigations reveal that there was
fraudulent activity, TMEA reserves the right to demand a refund and may
terminate the agreement in place. TMEA may also hand over the reports from
any investigations to proceed with prosecution;
(e) Take all necessary and appropriate against any representative declared
ineligible, as described in below, from duties and responsibilities;
o If TMEA determines that a recipient is also a potential provider of goods, works or
services, it shall declare the recipient ineligible;
o TMEA shall declare a firm, consultant or individual ineligible under this code of ethics if
such firm, consultant or individual has been declared ineligible under TMEA
procurement guidelines or those of the respective government/partner or any other
international organisation; and
(f) Assist or enable TMEA obtain a refund of any resources (assets, monies,
materials among other benefits) that have been used inappropriately funds
including returning any unutilised funds especially where TMEA is not content
with progress.
3. Gender mainstreaming
The core guidelines for gender mainstreaming in TMEA funded projects shall be based on but not limited
to the following:
a. Issues across all areas of activity shall be defined in such a manner that gender
differences are diagnosed;
46
b. Responsibility for translating gender mainstreaming into practice is system- wide
and rests at the highest level of the recipient organisation. Accountability for
outcomes needs to be monitored continuously;
c. Gender mainstreaming also requires that every effort be made to broaden equal
participation at all levels of decision-making;
d. Gender mainstreaming must be institutionalised through concrete steps,
mechanisms and processes in all areas of TMEA funded projects;
e. Gender mainstreaming does not replace the need for targeted, policies and
programmes or positive legislation, nor does it substitute for gender units or focal
points; and
f. There shall be clear organisational will and the allocation of adequate human and
financial resources for gender mainstreaming from all available funding for the
successful translation of the concept into practice.
4. Implementing and monitoring this document
The recipient’s commitment to this document is essential to TMEA’s success and will be demonstrated
through training, enforcement and accountability. Adherence to the provisions of this document is a
condition of partnership.
Project Managers should ensure that all recipients receive guidance on this document and understand
the values that underpin its usage. They should strive to create an environment that encourages open
discussion about any concerns.
These document is a guide rather than an exhaustive description of the recipient’s ethics polices and
standards. TMEA aims to create a culture in which it is normal for partners to ‘do the right thing’ and to
voice genuinely held concerns about behaviour or decisions that they perceive to be unethical.
All recipients are required to sign an ‘Annual Certificate of Compliance’ stating that they have read this
document and have taken all reasonable steps to ensure that they have conducted business responsibly
and in compliance with applicable laws and regulations.
5. Miscellaneous
The provisions in this code do not limit any other rights, remedies or obligations of TMEA or the
recipient under the Memorandum of Understanding/Agreement or any other document to which TMEA
and the Partner are both parties.
6. Commitment to the Code of Ethics
I have read the code and hereby sign as an indication of commitment to ensuring the code is
incorporated and adhered to.
Organisation’s name: _______________________________
Title of Signatory: _______________________________
Signature: _______________________________
Date: _______________________________
47
……………………………………………………………..……………………
STAMP/SEAL
48
ANNEX 6: Financial Bid Submission Form
Financial Bid Submission Form
Dear Sirs:
We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in
accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal.
Our attached Financial Proposal is for the amount of [Indicate the corresponding to the amount(s)
currency (ies)][Insert amount(s) in words and figures],including all applicable taxes in line with Clause 9
of this RFP tender document.
This bid submission/ proposal is in line with Pro-forma 1, 2, 3 and 4 of Annex 1 of this RFP tender
document.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from any contract
negotiations, up to expiration of the validity period of the Proposal, up to 120 days after bid submission
date, that is, 24th October 2014.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours Sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
In the capacity of:
Address:
E-mail: _________________________
[For a joint venture, either all members shall sign or only the lead member/consultant, in which case the
power of attorney to sign on behalf of all members shall be attached]