INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

# ABDP IC 09-2017

Date: 29/09/2017

Country:

Description of the assignment: Expert on the development of the technical specification of the equipment for combined educational training classes of the new specialties of the pilot vocational schools #58 and #62.

Project name: Integrated area-based development in Osh province

Period of assignment/services (if applicable): 25 effective person days from October 2017 to April 2018

The proposal should be submitted no later than 13 October 2017 at 11:00 (local time) at the following address by post or courier: UN House, 160 Chui Avenue, Bishkek, Kyrgyz Republic.

Date, time and venue of Bid opening: 13 October 2017 at 11:05 (local time). UN House, 160 Chui Avenue, Bishkek, Kyrgyz Republic.

Any request for clarification must be sent in writing, or by standard electronic communication to the address or e-mail indicated above [email protected]. UNDP will respond in writing or by standard electronic mail and will send written copies of the response, including an explanation of the query without identifying the source of inquiry, to all consultants.

1. BACKGROUND

One of the main expected results of the UNDP programme “Integrated development of Osh province”, funded by the Trust Fund of the Russian Federation (hereafter referred to as a “Programme”) is to reduce poverty and improve the quality of life by strengthening the system of vocational education and improving the quality of professional courses for young people in rural areas. This is due to the fact that 58% of the population of Osh province are of working age, but the official unemployment rate in the region remains the highest in comparison with other areas.

The Programme has the results of the potential and needs assessment of the pilot vocational schools, recommendations for introducing new specialties in two pilot vocational schools, which have been agreed with the national partners as well as with development partners. In accordance with these recommendations, the Programme launched activities for developing standards and curricular for new specialties, that are in demand among the population, in two pilot vocational schools #58 and #62; and for which there is a resalable opportunity to implement educational and productive training, provide paid services to the population by involving the students to this activities through practicum opportunities: • Vocational school #58, located in Zhany-Nookat village, Nookat district – combined educational training for the new specialty “Turner”;

• Vocational school #62, located in Kurshab village, district – combined educational training for the new specialty “Carpenter” and for the existing specialty “Auto mechanic”.

In order to create training workshops for new specialties, provide paid services to the population with the involvement of some students through internship opportunities, the programme aims to hire an Expert for the development of technical specifications for the equipment for vocational schools #58 and #62. The activities of the Expert will be aimed at assessing in providing/procurement of the hi-tech equipment of a premium quality that is required for conducting an educational process on new specialties of a “Turner” in the vocational school #58, “Carpenter” and “Auto mechanic” in the vocational school #62 through developing the technical specification of the required equipment and carrying out other tasks, that are described in the given Terms of Reference.

1.1. MAIN OBJECTIVES OF THE PROPOSED ANALYTICAL WORK.

Providing high-quality services for the development of the technical specifications, conducting an assessment and the “hand-over” of the purchased equipment for the educational workshops of such specialties as “Turner” (vocational school #58), “Carpenter” and “Auto mechanic” (vocational school #62).

2. SCOPE OF WORK, RESPONSIBILITIES AND DESCRIPTION OF THE PROPOSED WORK

An Expert under the direct supervision of the Program Manager, in close cooperation with the relevant specialist of the Program, will be responsible for the following activities: 1 stage Developing the detailed work plan and coordination it with the management of the Programme. Studying and evaluating the premises of the vocational school #58 and vocational school #62 for opening the training workshops on such specialties as “Turner” (vocational school #58), “Carpenter” and “Auto mechanic” (vocational school #62). To provide recommendations on repair works in the building of the vocational schools in order to comply with the constructions standards; Preparing and coordination with national partners the list of equipment for training workshops on such specialties as “Turner” (vocational school #58), “Carpenter” and “Auto mechanic” (vocational school #62); Assisting to the Programme procurement unit in the development of the necessary tender documentation based on the developed technical specifications for the equipment required for training workshops for such specialties as “Turner” (vocational school #58), “Carpenter” and “Auto mechanic” (vocational school #62); Collection and consolidation of information on potential suppliers of equipment for training workshops for such specialties as “Turner” (vocational school #58), “Carpenter” and “Auto mechanic” (vocational school #62); Developing and submitting of an interim report.

2 Stage 2.1. Technical evaluation of the received tender proposals for the supply of the equipment for training workshops of such specialties as “Turner” (vocational school #58), “Carpenter” and “Auto mechanic” (vocational school #62); 2.2. Assessment of the equipment supplied by the contractor for training workshops of such specialties as “Turner” (vocational school #58), “Carpenter” and “Auto mechanic” (vocational school #62) for compliance with the technical specifications and the Contract, technical documentation for the equipment (including certificates of origin, quality certificates, warranty, technical passports) and on the basis of Expert’s evaluation; 2.3. Participation in the handover procedures of the equipment for the training workshops of the vocational schools as well as during the testing of equipment operation and demonstration of the basic using rules by the contractor/equipment provider; 2.4. Providing the final report on the work done in accordance with the schedule of the work.

3. REQUIREMENTS FOR EXPERIENCE AND QUALIFICATIONS

4. Higher education in the technical field, engineering; 5. At least 5 years of a practical working experience in the sphere of mechanization of industrial production; 6. Experience as technical expert in procurement of equipment (minimum 1 tendering process from needs analysis till acceptance of supplied goods); 7. Good verbal and written knowledge of Russian and Kyrgyz languages, knowledge of English is an asset. 8. DOCUMENTS TO BE INCLUDED WHEN SUBMITTING THE PROPOSALS

Interested individual consultants must submit the following documents/information to demonstrate their qualifications:  Current, complete and signed P.11 form in English or Russian, including past experience in similar projects;  Confirmation of Interest and Submission of financial proposal as per template;  Copy of ID/passport;  Copy of Diploma and relevant certificates if any

The proposal should be submitted no later than 13 October 2017 at 11:00 (Bishkek time, GMT+6) at the following address by post or courier: UN House, 160 Chui Avenue, Bishkek, Kyrgyz Republic. Bid opening will take place on 13 October 2017 at 11:05 am. at UN House, 160 Chui Avenue, Bishkek, Kyrgyz Republic. 5. FINANCIAL PROPOSAL Contract: Lump-Sum

Preferred Currency of Offer: United States Dollars (US$)

The financial proposal shall specify a total lump sum amount, and payment terms around specific and measurable (qualitative and quantitative) deliverables. Payments are based upon output, i.e. upon delivery of the services specified in the TOR. In order to assist the requesting unit in the comparison of financial proposals, the financial proposal will include a breakdown of this lump sum amount (including the daily fee, travel expenses, living allowances).

For local contractors in Kyrgyzstan UNDP shall effect payment in Kyrgyz Som based on the prevailing UN operational rate of exchange on the month of payment. The prevailing UN operational rate of exchange is available for public from the following link: http://treasury.un.org/operationalrates/OperationalRates.aspx.

All envisaged travel costs must be included in the financial proposal. This includes all travel to join duty station/repatriation travel. In general, UNDP should not accept travel costs exceeding those of an economy class ticket and daily allowance exceeding UNDP rates. Should the IC wish to travel on a higher class he/she should do so using their own resources. In the case of unforeseeable travel, payment of travel costs including tickets, lodging and terminal expenses should be agreed upon, between the respective business unit and Individual Consultant, prior to travel and will be reimbursed.

The Individual Contractor under the terms of this Contract, includes his/her travel to and from the Duty Station to the following selected municipalities: Osh province:  Jany-Nookat village, Nookat district – up to 2 trips with 2 nights in Osh city;  Kurshab village, – up to 2 trips with 2 nights in Osh city.

Total 4 travels (4 overnights in total) In the event of unforeseeable travel, the respective Business Unit and the Individual Contractor should agree upon the manner in which travel costs including tickets, lodging and terminal expenses are to be paid prior to travel. The Consultant should undertake the Basic Security in the Field (BSIF) training and Advanced Security in the Field (ASIF) tests prior to travelling. These requirements apply for all Consultants, attracted individually or through the Employer.

6. EVALUATION

Individual consultant will be evaluated based on the methodology of cumulative analysis.

The award of the contract of individual consultant should be made to the person whose offer has been evaluated and determined as: a) responsive/compliant/acceptable, and b) Having received the highest score out of a pre-determined set of weighted technical and financial criteria specific to the solicitation.

Total score=Technical Score + Financial Score

Technical Criteria weight - 70%, 700 scores maximum

Financial Criteria weight - 30%. 300 scores maximum

Only candidates obtaining a minimum of 490 from 700 point in the Technical part of evaluation would be considered for the Financial Evaluation

The lowest technically qualified proposal receives 300 points and all the other technically qualified proposals receive points in inverse proportion according to the formula:

P=Y*(L/Z), where

P=points for the financial proposal being evaluated

Y=maximum number of points for the financial proposal

L= price of the lowest price proposal

Z=price of the proposal being evaluated

The selection of candidates will be done in 3 stages:

1st stage: Prior to detailed evaluation, all applications will be thoroughly screened against eligibility criteria (minimum qualification requirements) as set in the present TOR in order to determine whether they are compliant/non-compliant. Eligibility Criteria

1 Higher education in the technical field, engineering; 2 At least 5 years of a practical working experience in the sphere of mechanization of industrial production;

2nd stage: Technical Evaluation

Short-listed candidates will be evaluated/Interviewed based on the following criteria:

Criteria Weight Max. Point

Technical: 70% 700

Education, including: 15% Maximum 100 points, including:

Higher education in the technical field, engineering; 100

Subtotal 100

Experience, skills, language requirements 55% Maximum 600 including: points, including:

At least 5 years of a practical working experience in the 200 sphere of mechanization of industrial production

For each additional year of experience in the abovementioned area – 10 points but no more than 100 points. 100

Subtotal 300

Experience as technical expert in procurement of 150 equipment (minimum 1 tendering process from needs analysis till acceptance of supplied goods);

For each additional tendering process – 25 points but no more than 100 points 100

Subtotal 250

Language requirements:

Verbal and written knowledge of Kyrgyz language Writing: Easily – 5 points Not easily -5 points 20

Speaking: Fluently - 5 points Not fluently - 5 points

Verbal and written knowledge of Russian language Easily – 5 points Not easily – 5 points 20 Speaking: Fluently – 5 points Not fluently – 5 points Additional requirements: 10 Knowledge of English is an asset Subtotal 50

Grand total 700

Only candidates obtaining a minimum of 490 points from 700 points at the Technical Evaluation/Interview would be considered for the Financial Evaluation.

Financial 30% 300

3rd stage: Financial evaluation (according to the method described above)

The candidate achieving the highest cumulative score for both Technical and Financial evaluations will be recommended by the Evaluation Committee for contracting.

ANNEXES

ANNEX 1- INDIVIDUAL CONSULTANT TERMS OF REFERENCES ANNEX 2 – CONFIRMATION OF INTEREST AND SUBMISSION OF FINANCIAL PROPOSAL FORM ANNEX 3 - SAMPLE CONTRACT FOR THE SERVICES OF AN INDIVIDUAL CONTRACTOR ANNEX 4 – INDIVIDUAL CONSULTANT GENERAL TERMS AND CONDITION