www.fao.org

www.fao.org Viale delle Terme di Caracalla, 00153 Rome, Italy Fax +39 06 57053153 Tel +39 0657051 Fax: www.fao.org

TENDER No. FAOBGD/RFP/2017-74 25 July 2017

REQUEST FOR PROPOSAL (RFP)

CLOSING DATE: 08 August 2017 – 15:00 hrs ( Standard Time)

The Food and Agriculture Organization of the United Nations (“FAO” or “Organization”) is an intergovernmental organization with more than 194 member nations. Since its inception, FAO has worked to alleviate poverty and hunger by promoting agricultural development, improved nutrition and the pursuit of food security - defined as the access of all people at all times to the food they need for an active and healthy life

To achieve its goals, FAO cooperates with thousands of partners worldwide, from farmers’ groups to traders, from non-governmental organizations to other UN agencies, from development banks to agribusiness firms (further and more detailed information on FAO can be found on the internet site: http://www.fao.org).

In preparing your offer, you should take into account the international status and activities of FAO by submitting your best commercial terms. You should also be aware that FAO enjoys certain privileges and immunities which include exemption from payment of Value Added Tax ("VAT" or "IVA"), customs duties and importation restrictions.

TENDER No. FAOBGD/RFP/2017-74 FAO requests the provision of the following services:

Consumer Survey - Developing Sustainable Food Systems for Urban Areas Under

NADHALI Project (FMM/GLO/117/MUL)

The invitation is subject to the following procedures and conditions which you deemed to have accepted by participating in this tender:

1. Procedures

1.1 You are invited to submit an offer for the above-mentioned services. A description of the requested services is provided in Appendix A;

1.2 In submitting your proposal you are supposed to have considered all aspects relevant to the performance of the proposed contract and to have obtained all necessary information and data as to risks, contingencies and other circumstances which may influence or affect your proposal;

1.3 It is understood that all documents, calculations, etc., which may form part of your proposal will become the property of FAO, who will not be required to return them to the bidder;

1.4 All costs incurred to prepare your offer will be borne by you; FAO will not be liable to reimburse any or all of such cost;

1.5 At no point prior to the award of the contract shall bidders contact or request any information pertaining to the tender from FAO, its staff or technical unit responsible for this tender, outside the specific channel indicated under paragraph 6 below;

1.6 FAO may also decide to make a partial award or no award at all should it consider that the results of this tender so require;

1.7 Consortium of firms will be accepted provided that the companies indicate which firm will be the main Contractor and will be responsible for the signature of the relevant contract. Bidders adhering to the Consortium will have to notify FAO of their acceptance to participate in the Consortium;

1.8 FAO has adopted a zero tolerance approach to fraud, and it prohibits firms from engaging in corrupt, fraudulent, collusive, coercive, unethical and obstructive practices when participating in procurement activities. As provided by the Vendor Sanctions Procedures (http://www.fao.org/fileadmin/user_upload/procurement/docs/FAO_ Vendors_Sanctions_Policy_-_Procedures.pdf), if FAO determines that a firm has engaged in such conduct, it will impose sanctions and may share information on sanctioned firms with other Intergovernmental or UN Organizations;

TENDER No. FAOBGD/RFP/2017-74 1.9 A firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN Organization, including any organization within the World Bank Group or any multi-lateral development bank, or by the institutions and bodies of economic integration organizations (e.g., the European Union). You are therefore required to disclose to FAO whether your firm, or any of your affiliates, agents or subcontractors, is subject to any sanction or temporary suspension imposed by any such organization or National Authority at any time during the three years prior to the contract or at any time throughout the execution of the contract. You acknowledge that a breach of this provision will entitle FAO to terminate its contract with your firm and that material misrepresentations on your status constitute a fraudulent practice;

1.10 Bidders must certify that their firm is not associated, directly or indirectly, with entities or individuals (i) that are associated with terrorism, as in the list maintained by the Security Council Committee established pursuant to its Resolutions 1267 (1999) and 1989 (2011), or (ii) that are the subject of sanctions or other enforcement measures promulgated by the United Nations Security Council. Selected bidders also agree to undertake all reasonable efforts to ensure that none of the funds received from FAO under the awarded contract are used to provide support to individuals or entities associated with terrorism or that are the subject of Security Council sanctions. This provision must be included in any subcontracts, sub-agreements, or assignments entered into under the awarded contract. The bidder acknowledges and agrees that this provision is an essential term of the awarded contract and any breach of these obligations and warranties shall entitle FAO to terminate the contract immediately upon notice to the Contractor, without any liability for termination charges or any liability of any kind of FAO;

1.11 Bidders must certify that their firm/organization (including all members of a consortium, if applicable) and any subcontractors are not associated, directly or indirectly, with the consultant or any other entity who prepared the terms of reference or other bidding documents for the project;

1.12 Please note that bidders who use an independent consultant to assist in the preparation of offers may risk engaging in unacceptable practices if the same consultant assists another bidder to prepare an offer for the same tender. Bidders are reminded that they are fully responsible for the conduct of any consultant who may be used to prepare offers for FAO tenders and they should take all measures to ensure that any independent consultant engaged to assist in the preparation of an offer for an FAO tender has not and will not be involved in the preparation of an offer for another bidder for the same tender process.

Bidders are kindly requested to disclose to the best of their knowledge whether their firm/organization has any personal or professional relationships with FAO. The disclosure shall include all relevant details and should include, but not be limited to:

- ANY current or past employment relationship between your firm/organization’s representatives or employees and FAO;

TENDER No. FAOBGD/RFP/2017-74 - ANY current or past relationship between your firm/organization’s representatives or employees and an FAO staff member (family members, spouses, etc.).

1.13 FAO reserves the right to publish the details of awards, including supplier name and country, total Contract value and a brief description of the services. In all cases, unsuccessful bidders will be notified.

2. Evaluation

The offers received will be evaluated by applying the mandatory requirements indicated in paragraph 2.1 below and the qualitative evaluation criteria indicated in paragraph 2.2 below. Pass/Fail methodology will be used for the mandatory requirements, whilst the qualitative evaluation criteria will be rated. The qualitative criteria will have a weighting of 80% on the final evaluation results, and the price will have a weighting of the remaining 20%.

FAO reserves the right to consider, and disqualify firms based on, documented prior poor performance, including but not limited to poor quality of goods or services provided, late delivery and unsatisfactory performance. FAO also reserves the right to have further discussions/negotiations with the Bidder prior to issuance of a letter of acceptance.

2.1 Mandatory Requirements

Bidders are required to fulfil the following mandatory requirements. Failure to provide required information/documents will result in the disqualification of the bidder from the tender evaluation process.

2.1.1 Eligibility Requirements:

This Request for Proposal is open to all entities that fulfil the mandatory requirements as specified below:

a) The Institute/agency should be non-profit institution – registered with the Government of Bangladesh, having its own office and carrying out its activities in Bangladesh; public and private universities are considered as registered with the Government of Bangladesh. b) The study team should have proven ability and experience in combining qualitative and quantitative survey methods; c) The study team should be having proven experience on analysis of data within the given socio-economic contexts; d) The study team should be able to prepare technical report and demonstrate good writing skills in English; e) The institute/agency has to form teams of sufficient number enumerators to conduct the data collection as per sample size; f) The institute/agency should provide relevant and appropriate evidence in support of their experience and information provided for qualifying themselves.

TENDER No. FAOBGD/RFP/2017-74 2.1.2 Required Supporting Documents:

To provide evidence of the above, bidders should submit the following mandatory documents to be included in the technical proposal:

a) Document in support of Legal status (e.g. registration certificate issued by relevant Govt. department etc.); b) Document in support of having 5 years’ experience. A table indicating i) Nature of Services ii) Name of Procuring Entity iii) Contact Person with telephone number/E-mail address iv) Contract value and v) Year of execution must be submitted in support of having required experience.

2.1.3 Other Conditions:

 The institute/agency shall not use other purpose any data or information generated through the survey activities for other purposes.  FAO reserves the right to bring any changes to the scope of work and accordingly make adjustment to the timeframe and payments.  In case of any failure to meet the timeframe of schedule work the institutions will require written permission from FAO for required extension. In case of such delay FAO also reserves the right to deduct from the total remuneration as per FAO rules.  FAO reserves the right to select or not any institutions as per its own rules and procedures  The institute/agency and its staff employed for the survey will not be treated as an entity of FAO and will not be subjected to immunity enjoyed by FAO as UN agency. The institute will be liable for payment of any tax or vat and other charges as per Government rules and procedures against the total emoluments for the assigned tasks. FAO will not deduct or be responsible to pay any VAT or tax etc.

The proposal to be submitted by the applicant institute/agency should highlight the detailed implementation plan of the assignment and work procedures, experiences and CVs of the proposed study team with their consent for participating in the work.

2.2 Evaluation Criteria

Obtained Score Total Minimum # Selection Criteria Maximum Score Score (at Score least 50%) Technical soundness of the proposal with especial reference to the appropriateness of the proposed methodology a [Method of sample selection, means of data 30 collection, place of data collection, method of data recording, method of data entry, means of data analysis, timeliness] b Training and supervision of field staff 15

TENDER No. FAOBGD/RFP/2017-74 [Experience of field staff/supervisors, training of field staff, number of supervisors per enumerator, organization of research teams] Qualification and suitability of the research team and institution(s) [Detail description of the project team, CVs of the team leader, enumerators and other key members: c maximum 3 pages indicating education/training, 15 overall experience, particular exposure and experience in relation to this assignment or of similar scope and complexity. Qualifications of the proposed data collection team] Evidence of previous studies/reports [Number of reports, areas within which previous d 20 projects have been conducted, client references and/or referrals] Total 80

Pass score: Bidders should score at least 50 points in their technical proposal in order to be considered for the next stage of the evaluation. Bidders with a score below the minimum required for any criteria category will be disqualified.

* Points for the financial offers will be calculated according to the following formula:

Points = (A/B)*20

Example: Bidder A’s price is the lowest at [$10.00]. Bidder A receives [20] points Bidder B’s price is [$20.00]. Offer B receives [($10.00/$20.00) * 20= 10 points] Bidder C’s price is [$25.00]. Offer C receives [($10.00/$25.00) * 20= 8 points]

3. Documents Enclosed

To facilitate preparing your proposal the following documents are enclosed:

3.1 The "Proposal Summary" form, to be used for submitting your proposal;

3.2 Appendix A to the Letter of Invitation, which provides the “Statement of Services and Specifications” object of the tender;

3.3 Appendix B to the Letter of Invitation, which provides the “Documentation and Forms to be Submitted with the Technical Proposal”, which includes B-1: “Timeline of Performance”;

3.4 Appendix C to the Letter of Invitation, which provides the “Financial Proposal Form”; and

3.5 The draft Contract FAO intends to award consisting of the Sections I and II, and relevant Annexes.

TENDER No. FAOBGD/RFP/2017-74 4. Documents to be submitted

The proposal should be submitted in two (2) separate parts (i.e., two different envelopes) consisting respectively of Part A) Technical Proposal and Part B) Financial Proposal which should be prepared as follows:

4.1 Part A) Technical Proposal:

4.1.1 Information/Documents to support the Mandatory Requirements indicated in paragraph 2.1 above;

4.1.2 The duly completed "Proposal Summary" mentioned in paragraph 3.1 above, using the form enclosed herewith or copies of such form; and

4.1.3 The Technical Proposal prepared in line with the information provided in Appendix A to this Letter of Invitation (paragraph 3.2 above), as well as the duly completed Appendix B, which includes B-1, to the Letter of Invitation (mentioned in paragraphs 3.3 above)

4.2. Part B) Financial Proposal:

4.3.1 The information requested in Appendix C to the Letter of Invitation (paragraph 3.4 above).

5. Form of Submission and Closing Date 5.1 Your Technical Proposal and Financial Proposal should be submitted as follows:

TO ENSURE THE VALIDITY OF YOUR OFFER, IT MUST BE SUBMITTED AS FOLLOWS:

1. YOUR PROPOSAL MUST BE SUBMITTED IN SEALED ENVELOPES. YOU SHALL ENCLOSE THE TECHNICAL PROPOSAL IN ONE (1) ENVELOPE AND THE FINANCIAL PROPOSAL IN ANOTHER ENVELOPE, DULY MARKING THE ENVELOPES AS “TECHNICAL PROPOSAL” AND “FINANCIAL PROPOSAL.” THE TWO (2) ENVELOPES SHALL THEN BE ENCLOSED AND SEALED IN ONE (1) SINGLE OUTER ENVELOPE MARKED AS FOLLOWS: CONFIDENTIAL Not to be opened by Registry! SEALED BID: FAOBGD/RFP/2017-74

Attention: David W Doolan

CLOSING DATE: 8 August 2017 FIRM/COMPANY NAME: ...... OFFERS RECEIVED BY ANY MEANS OTHER THAN INDICATED HEREIN WILL BE CONSIDERED INVALID!

2. RECEIVED ON OR BEFORE THE CLOSING DATE AND TIME. OFFERS RECEIVED AFTER THE CLOSING DATE AND TIME WILL BE CONSIDERED INVALID!

TENDER No. FAOBGD/RFP/2017-74

5.2 Your proposal should reach FAO not later than 15.00 hours () on: 8 August 2017

5.3 We would appreciate your acknowledging receipt of this invitation and indicating your intention as to whether or not you will submit a bid via e-mail to the following address: FAOBD- [email protected]

6. Communications Concerning this Tender:

All communications concerning this tender should mention the tender number (Tender RFP No. FAOBGD/RFP/2017-74) and should be sent via e-mail to the following address: FAOBD- [email protected]

IMPORTANT: A Pre-bid meeting will be held on 1st August 2017 at 10:00 am. in the conference room of FAO Representation, House#37, Road#8, Dhanmondi R/A, - 1205, Bangladesh.

It is regretted that information cannot be provided by telephone.

7. Registration with FAO (Services) In the case that your firm is not yet registered as a potential contractor with FAO, you are kindly requested register with the United Nations Global Marketplace (UNGM), www.ungm.org, even if you do not intend to participate in this tender. Registration as a vendor in UNGM is a prerequisite for receiving an award from FAO. If your firm is not registered, by submitting a proposal, you authorize FAO to register your firm in UNGM on your behalf.

8. Completeness of Proposal

A proposal will only be considered if it contains all of the above information and documents and observes the provisions of the enclosed draft contract. Incomplete proposals may be rejected as otherwise it will not be possible to evaluate all proposals on an equal basis.

9. Participation by FAO

You should examine carefully the nature and extent of the participation in the contract performance by FAO as set out in Part III of the “Proposal Summary” as it is assumed that all other requirements for its successful completion are provided at the cost of the contractor. You should therefore state in the appropriate space any additions or modifications which you suggest for a satisfactory performance of the framework agreement.

10. Privileges and Immunities

Tender RFP No. FAOBGD/RFP/2017-74 Proposal Summary Page 1 of 4

PROPOSAL SUMMARY

Instructions: Please complete the spaces left blank below. Prices should be quoted in BDT and all documents are to be provided in English

PART I: Mandatory Requirements

I certify to have submitted all the information/documents requested for the Mandatory Requirements set forth under paragraph 2.1 of the Letter of Invitation and which are:

[….]

PART II: Commencement of Contract Performance

I undertake to commence the performance of the contract within 1(one) week of the contract itself duly signed by FAO and complete the required services 5 months from contract start date.

PART III: Participation by FAO in the Contract

Either:

I certify that the inputs to be provided by FAO, as set out in the Letter of Invitation are adequate and sufficient for a satisfactory contract performance; or

For a satisfactory contract performance, the following would have to be provided (please indicate the related costs only in your financial offer): ______

PART IV: Financial Offer

I hereby confirm that I have completed Appendix C to the Letter of Invitation showing the costs proposed for the requested services.

PART V: Completeness of Proposal

I certify that my proposal complies with Appendix A to the Letter of Invitation.

I certify that I have submitted the duly completed Appendix B to the Letter of Invitation.

Tender RFP No. FAOBGD/RFP/2017-74 Proposal Summary Page 2 of 4

I confirm having obtained all relevant data and information as regards risk, and any other circumstances which may influence or affect the performance of the contract, which have been duly taken into account in the formulation of this proposal.

PART VI: Certification of Proper Procedures

I certify that my firm/organization (including all members of a consortium, if applicable) and its subcontractors are not associated, directly or indirectly, with the consultant or any other entity who prepared the terms of reference or other bidding documents for the project.

I acknowledge that my firm is responsible for any consultant, including independent consultants, who assists in the preparation of offers and confirm that my firm has taken all measures to ensure that any independent consultant engaged to assist in preparing this offer has not and will not be involved in the preparation of another bid for another bidder for the same tender process.

PART VII: Conflict of Interest Disclosure

Either:

To the best of my knowledge, I confirm that none of my firm’s representatives or employees has a current or former employment relationship with FAO, and none of my firm’s representatives or employees have a current or past relationship with an FAO staff member (family members, spouses, etc.). or

I have provided below details regarding the following representatives or employees of my firm who have a current or former employment relationship with FAO and/or who have a current or past relationship with an FAO staff member: ______

PART VIII: Contract Provisions

I confirm that I have read and that I accept the standard provisions set forth in the said General Terms and Conditions for Services and I do not have any reservation.

I certify that my firm has not and will not engage in corrupt, fraudulent, collusive, coercive, unethical or obstructive practices during the selection process and throughout the negotiation and execution of the contract.

Tender RFP No. FAOBGD/RFP/2017-74 Proposal Summary Page 3 of 4

I confirm that my firm, including any affiliates, agents or subcontractors, is not subject to any sanction or temporary suspension imposed by an Intergovernmental or UN Organization, including any organization within the World Bank Group or any multi-lateral development bank, or by an institution or body of an economic integration organization (e.g., the European Union). If my firm, or any affiliates, agents or subcontractors, has been subject to any temporary suspension or sanction by any such organization or a National Authority within the preceding three years, I have provided further information below:

______

I certify that my firm is not associated with any individual or entity appearing on the 1267/1989 list of the UN Security Council or with any individual or entity subject to any other sanctions or enforcement measures promulgated by the UN Security Council.

I confirm that the terms and conditions of the draft contract as enclosed with this Letter of Invitation are acceptable except for the reservations explicitly set out in this Proposal Summary. ______

PART IX: Validity of Proposal

This proposal is valid for acceptance for a period of TWELVE (12) MONTHS as from the deadline for the submission of the proposal indicated in the Letter of Invitation.

Name of Bidder: ______

Mailing Address: ______

Fax: ______Tel: ______

Email: ______

Person(s) to Contact: ______

Signature: ______Date: ______

Name & Title: ______

Firm’s Seal: ______

Tender RFP No. FAOBGD/RFP/2017-74 APPENDIX A Page 1 of 1

STATEMENT OF SERVICES AND SPECIFICATIONS

Developing Sustainable Food Systems for Urban Areas:

WHY THIS PROJECT

The unprecedented rate of urbanization is placing critical pressure on natural resources and global food systems. By 2050, more than three quarters of the world’s population will reside in urban areas. How to adequately feed the growing urban population is a challenge that includes: (i) dealing with the multitude of actors within the food system; (ii) addressing inequality in food access; (iii) creating job opportunities in the food industry as a driver of urban economic development; (iv) creating inclusiveness across food systems from producers to consumers; (v) preserving food culture; (vi) reducing and managing food losses and waste; and (vii) reducing the pressure on natural resources. Moreover, the importance and significance of food in sustainable urban development encompasses much more than feeding the growing population: the key challenge is how to feed the growing urban population in a way that can be socially, economically and environmentally sustainable.

The overall goal of this one-year project is to support responsible local authorities in urban areas to develop food system planning as a key pillar for “making cities and human settlements inclusive, safe, resilient and sustainable”[SDG-Goal 11] and “ending hunger and achieving food security and nutrition” [SDG-Goal 2].

WHAT IS THIS PROJECT ABOUT?

The NADHALI Project is a pilot initiative for supporting decision makers in food system planning for urban areas. NADHALI is an acronym, drawn from the names of the three cities: Nairobi, Dhaka and Lima that are participating in this project.

For decades, food and agriculture have been absent on the urban policy and planning agenda, for these are generally considered rural issues. However, the New Urban Agenda recognizes the centrality of food security and nutrition and the need for cities to place food security and nutrition at the centre of sustainable urban development. This historical change requires local government to take responsibility for positioning food security and nutrition as a priority in the urban context.

At the heart of the NADHALI project is the establishment of the Multi-stakeholder Platform (MSP), a strategic alliance which aims to ensure that community interests have a voice within the decision making and planning process. Where it does not already exist, the MSP can be considered as an initial step towards the establishment of an Urban Food Policy Council, which will assume responsibility for the integration of sustainable food systems into urban planning and development.

For the MSP to make informed decisions, it requires accurate information. To present that information, a Rapid Urban Food System Appraisal Tool (RUFSAT) is being developed and adapted to the local realities. The tool will provide insights about the various actors participating in food chains and their activities within urban and peri-urban areas.

Tender RFP No. FAOBGD/RFP/2017-74 APPENDIX A Page 2 of 1

Fundamentally, the tool will provide a mechanism to identify key constraints (hotspots) in the efficient delivery of safe and nutritious food and provide a methodology for the MSP to prioritize interventions. Central to this process is the need to better understand consumers and the choices they make about what food to buy, where, when and how often, how the food is utilised in the home, and to address consumers concerns associated with food safety and food waste.

The third component of the NADHALI project is to implement capacity building programs to support decision makers at different levels. Knowledge sharing and adoption will promote more efficient food systems planning.

a) Objectives of the Study:

As an integral part of the NADHALI project, the Food and Agriculture Organisation [FAO] of the United Nations Bangladesh is seeking a suitably qualified firm to undertake a consumer based survey across the City of Dhaka.

The consumer survey will provide evidence on:  the different sources from which consumers obtain their food [including that which they grow themselves, purchase, receive as gifts, or that which is supplied through a food aid agency]  where consumers buy their food [type of retail outlet]  what food they buy  how often they buy food  how much they spend  how they travel and how far they travel to various retail stores to purchase their food  why they purchase food from different retail outlets  the major concerns consumers have about the different foods they purchase and consume  food wastage [in the home]  the composition of the household diet  the proportion of food eaten at home and away from home  food preparation in the home  food hygiene and safety  food security  and demographic information that can be utilised to identify differences in access to, the affordability of food and the composition of the diet across the metropolitan area.

The survey instrument, as developed and approved by an international project team in Rome, is to be administered largely without amendment [attached].

The consultancy firm is to gather data on the consumption of:  fresh fruit and vegetables  either meat, poultry or fish  the staple food [rice]

Tender RFP No. FAOBGD/RFP/2017-74 APPENDIX A Page 3 of 1

 packaged/processed food [whether canned, bottled, frozen or dehydrated. This includes snacks, cakes, biscuits, pastries, soft drink, confectionary, breakfast cereals, bread etc BUT it does NOT include food purchased from restaurants, fast food outlets or food service outlets]  minimally processed food [this includes fresh cut vegetables, salad mixes, pre-cut fruit like pineapples, melons, durian or , pomegranates etc]  food purchased from restaurants, fast food outlets and food service outlets, irrespective of whether the food is eaten on the premises or purchased as a takeaway for consumption at home

Services required

The primary tasks of the consultancy firm are to:  administer 450 questionnaires in a stratified sample of consumers across the City of Dhaka  train and supervise data collection enumerators in the field  encode and enter the data into SPSS for analysis  analyse the data  prepare and submit a draft report to the international project consultant  participate in a one day workshop to present the findings of the consumer study  liaise with the international project consultant employed to oversee and manage this component of the NADHALI project

b) Outputs and Activities of the study

Duration of activities: August to December 2017 (5 months)

 Propose a suitable sampling method to ensure that a representative sample of 450 consumers are selected from across Dhaka [including the slum areas]  Revise the survey instrument to capture the range of food outlets available within Dhaka and if necessary translate  Pilot test the survey instrument [convenience sample of 25]  Advise the international project consultant of any changes or amendments  Train and supervise data collection enumerators in the field  Encode the information collected through the development of master lists  Enter the data into SPSS for analysis  Undertake a largely descriptive analysis of the data as instructed and in accordance with the format provided [attached]  Presentation of a draft report to the international project consultant  Revise if necessary and present a final report to the international project consultant  Present the findings of the consumer survey [in Power Point] to a workshop convened by the MSP [to be advised]

c) Methodology

Tender RFP No. FAOBGD/RFP/2017-74 APPENDIX A Page 4 of 1

The proposal should present an appropriate methodology for the conduct of the study. If appropriate, a mixed-method approach should be adopted. The proposal should clearly elaborate how:

 the sample will be stratified  enumerators will identify and access the key decision maker in the household  a representative sample will be drawn from the different types of retail store, at different times of the day and on different days  how the data will be collected [whether by paper-based or electronic media]  how enumerators will be supervised in the field  what if any incentives are to be provided to respondents

d) Profile of non-profit institute/agency and study team

The non-profit institute/agency should propose a study team composition as follows: Sl no. Study team composition

a) Team Leader Should have a higher degree in business or commerce with a major in marketing. At least 5 years of experience in market research and proven experience in writing similar reports in English. b) In-field supervisors Should have a minimum 3-5 years of experience in conducting surveys c) Data Analyst Should have at higher degree in business, economics with some understanding of food systems. At least 5 years of experience.

All of their CVs -not exceeding -2 pages for each person - should be attached with the proposal.

e) Deliverables

 Final report: November 30, 2017. A final presentation will be done to the MSP on 20 December  Power Point presentation of the results to a meeting of the MSP [to be advised]

Tender RFP No. FAOBGD/RFP/2017-74 APPENDIX A Page 5 of 1

f) Payment

FAO will follow its standard procedure used for service contracts and make the payments in three instalments that include one upon acceptance of a satisfactory proposal and signing of the agreement; second after completion of an interim report and the final one upon submission and acceptance of the final report.

Tender RFP No. FAOBGD/RFP/2017-74 APPENDIX B

DOCUMENTATION AND FORMS TO BE SUBMITTED WITH THE TECHNICAL PROPOSAL

All Documents in support of the Profile of the participating Firm/Company

Tender RFP No. FAOBGD/RFP/2017-74 APPENDIX B-1 Page 1 of 1

TIMELINE OF PERFORMANCE

Please provide, here below, a breakdown of all the activities you propose for the performance of this contract together with the relevant information. The work plan should include all main activities and deliverables requested by FAO in Appendix A, as well as any additional value- adding activities and deliverables you are proposing.

Months Serial Activities Aug Sept Oct Nov Dec 1. Signing of contract: August 10 Submission of the survey draft report: 2. October 31 3. Submission of final report November 20 Powerpoint presentation to MSP: 4. December 20

Tender RFP No. FAOBGD/RFP/2017-74 APPENDIX C Page 1 of 1

FINANCIAL OFFER FORM

FAO requests that you submit your financial offer according to the format below. Please insert as many lines as you need. The main activities should correspond to the main activities described in the workplan.

Items Quantity Unit Cost Total cost 1. Personnel Team Leader Team Members Enumerators/Support Service 2. Travelling (TA/DA for Data collection, supervision,

hiring cars etc.) 3. FGD/PRA/group discussion 4. Validation/Inception workshop 5. Final workshop 6. Report preparation and publication 7. General Operating Expenditure (GOE) Total