25
[20/03/2020] TENDER No. FRRWA/BEFS/001/2020 REQUEST FOR PROPOSAL (RFP) CLOSING DATE: 03 /04/2020 12:00 hrs Kigali 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. FAO requests the provision of the following services:

detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

[20/03/2020]

TENDER No. FRRWA/BEFS/001/2020

REQUEST FOR PROPOSAL (RFP)

CLOSING DATE: 03 /04/2020 12:00 hrs Kigali 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.

FAO requests the provision of the following services:

“Carry out Crops and Livestock Residues use, Wood Processing Residues Use and Biogas Household Users Surveys in Kirehe, Nyagatare, Rulindo, Nyamagabe and Karongi districts”.

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 [special products/works/services]. A description of the requested [special products/works/services] is provided in Appendix A;

Page 2: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 Page 2

1.2. In submitting your offer 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 offer;

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

1.4. The Organization may decide to make a partial award or no award at all should it consider that the results of this tender and/or any other related circumstance so require;

1.5. FAO shall have no obligation to purchase any minimum quantities of goods or services from the Contractor, and shall have no limitation on its right to obtain goods or services of the same kind, quality and quantity as described in Appendix A from any other source at any time;

1.6. All costs incurred to prepare your bid have to be borne by you; FAO will not be liable to reimburse any or all of such cost;

1.7. The Organization 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;

1.8. 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;

1.9. Registration as a vendor in the UN Global Marketplace (UNGM), www.ungm.org, is a prerequisite for receiving an award from FAO. Please register your firm with UNGM. If you have any difficulties registering, please contact UNGM team using the Help button on the web site www.ungm.org.

1.10. The Organization 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 the Organization 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;

1.11. 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

Page 3: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 Page 3

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 the Organization 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, without any liability for termination charges or any other liability of any kind of FAO, and that material misrepresentations on your status constitute a fraudulent practice;

1.12. 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;

1.13. Bidders must certify that their company and/or 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 this tender;

1.14. 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 company 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 with FAO of your company's representatives and employees;

- ANY current or past relationship with any FAO staff member (family members, spouses, etc.) of your company's representatives and employees.

Page 4: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 Page 4

1.15. Fairness and transparency are fundamental principles for FAO procurement activities. Firms that believe that the procurement process was not fair and transparent may request feedback from the office that issued the tender.  If a satisfactory response is not received, a firm may present a protest following the bid protest procedures detailed in the following link: http://www.fao.org/unfao/ procurement/codedeconduit ethique /protests/en/. To report allegations of fraud or misconduct in the procurement process, bidders may submit information, also anonymously, to the Office of the Inspector General Hotline: http://www.fao.org/aud/69204/en/.

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 [60]% on the final evaluation results, and the price will have a weighting of the remaining [40]%.

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.

Experience in carry out Agricultural and livestock surveys, Value chain analysis and renewable energy at least 3 similar assignments performed in the last 5 years;

Proven capacities in carrying out Agricultural and livestock surveys with a strong team. Proven experience in working with farmers; Experience with Bienergy assessments will be an added advantage; Competence and experience in agricultural and energy policy will be an added advantage; Good working experience in Rwanda’s energy sector. Being in order with Rwanda Revenue Authority in terms of taxes payment (to be justified

by the tax clearance certificate).

2.2 Evaluation Criteria

Criteria Category Minimum Points

MaximumPoints

Experience in conducting Agricultural and livestock household surveys or Value chain analysis with a strong team 21 30

Page 5: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 Page 5

Experience with energy and bioenergy assessments 21 30

Good working experience in Rwanda’s household survey design and implementation.

1420

Competence and experience in agricultural and energy policy and good working experience in Rwanda’s energy sector in general

14

20

Total 70 100

Pass score: Bidders should score at least [70 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)*[SELECT APPROPRIATE NUMBER; e.g., 40]

Example: Bidder A’s price is the lowest at [$10.00]. Bidder A receives [40] pointsBidder B’s price is [$20.00]. Offer B receives [($10.00/$20.00) * 40= 20 points]Bidder C’s price is [$25.00]. Offer C receives [($10.00/$25.00) * 40= 16 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.

4. Documents to be submitted

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

Page 6: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 Page 6

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 in separate envelopes as follows:

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

1. CLOSED BIG ENVELOPES WITH THE NAMES AND STAMP OF THE COMPANY CONTAINING TWO SEPARATE ENVELOPES, ONE FOR THE TECHNICAL PROPOSAL AND THE OTHER FOR FINANCIAL PROPOSAL 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 !

3. OFFERS ARE TREATED AS CONFIDENTIAL - PLEASE DO NOT COPY ANY OTHER RECIPIENT.

5.2 Your proposal should reach FAO not later than 12.00 hours [GMT+2] on:

Page 7: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 Page 7

[03 April 2020]

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:

[email protected]

6. Communications Concerning this Tender:

All communications concerning this tender should mention the tender number (Tender No. [FRRWA/ BEFS/001/2020 ]) and should be sent to FAO Rwanda reception to the following address: FAO RwandaGlory HouseBoulevard de l’Umuganda1st Floor

IMPORTANT: Deadline for technical questions is [30/03/2020].

It is regretted that information cannot be provided by telephone.

7. 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.

8. 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.

9. Privileges and Immunities

FAO enjoys certain privileges and immunities which include exemption from payment of "IVA" (VAT), customs duties and importation restrictions.

10. Currency of Proposal and of Contract

Your proposal should be expressed in [RWF].

Page 8: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 Page 8

May I take this opportunity of expressing our appreciation of your interest in assisting the Organization in the implementation of this undertaking?

Yours sincerely,

Page 9: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 Page 9

PROPOSAL SUMMARY

Instructions: Please complete the spaces left blank below. Prices should be quoted in [RWF] 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 [X days/weeks] of the contract itself duly signed by FAO and complete the required services [X weeks/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.

Page 10: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 Page 10

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.

Page 11: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 Page 11

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 Firm:

UNGM Number:___________________________

Mailing Address:

Tel:

Email: Person(s) to contact:

Signature:

Page 12: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 Page 12

Date:

Name & Title:

Company seal:

Page 13: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 APPENDIX A

Page 1

STATEMENT OF SERVICES AND SPECIFICATIONS Consultancy contract on Crops and Livestock Residues use, Wood Processing Residues Use and

Biogas Household Users Surveys------------------------------------------------------------------------------------------------------------------

Background

Access to modern, affordable and reliable energy is fundamental to ensure food security, development and poverty reduction. Nevertheless, access to energy in Rwanda remains limited and below the regional average, with the main source of energy coming from biomass. Energy access needs to be made more sustainable and reach a larger share of households. Sustainable bioenergy is a form of renewable energy that can be sourced from a variety of biomass types and has an array of energy end uses. Biomass types considered include sustainably sourced crop residues, livestock residues and woody residues. In the context of the biomass energy strategy efforts that are ongoing in Rwanda, there is the need to better understand which bioenergy options can be sustainable and viable in the country.

The “Bioenergy and Food Security Assessment and Capacity Building for Rwanda” Technical Cooperation Project (TCP) is supporting the Ministry of Environment (MoE) to identify which bioenergy options can be environmentally sustainable and contribute to the biomass related targets set within the NDC. The TCP will analyze and identify potential bioenergy feedstock and technologies that can be developed in Rwanda for both decentralized energy production and for cooking purposes, while building national capacity in this area of word. The potential bioenergy options being analysed include the use of unused agriculture residues and wood processing residues for the production of energy. For this, data on the amount of residues and their current uses is required. The purpose of the task in this contract is to collect this data in a number of identified representative districts.

The objective of the Agreement is to contract a local high calibre company, with expertise in household level surveys to carry out the following surveys:

1) Crop and livestock residues household survey; 2) Wood processing companies survey and 3) Biogas household survey.

The identified districts for the surveys are the following: Kirehe, Nyagatare, Rulindo, Nyamagabe and Karongi districtsThe company will work closely with FAO and the project stakeholders and carry out the translation of the questionnaires, the programming of the questionnaires in CAPI, the data collection, cleaning and reporting (including all required survey documentation).

Location and Duration

The work for this contract is based in Rwanda and will cover the disticts of Kirehe,Rulindo, Nyamagabe and Karongi for the crops and livestock residues use and Wood processing surveys and the disticts of Kirehe, Nyagatare, Rulindo, Nyamagabe and Karongi for the biogas survey. The activities will have a total duration of 2.5 months starting from 13 April 2020. The work will require extensive travels to the

Page 14: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 APPENDIX A

Page 2

targeted districts as well as extensive interaction with district authorities and other project stakeholders in the same districts, to carry out the surveys.

1. Terms of Reference

The overall objective of this Consultancy is to work closely with FAO and the stakeholders of the project to carry out the surveys on crops and livestock residues (households), wood processing residues (companies) and biogas (households) within the selected districts. The institution or company will be responsible for carrying out the surveys in the identified districts and for collecting, cleaning and reporting the data. An inception report for all the 3 surveys showing that the service provider understands the TORs well and how they plan to perform the activities under these TORs is required.

1.1 Tasks and Deliverables for crop and livestock residues household survey

Tasks Translate the questionnaire on crops and livestock residues into Kinyarwanda Programme the questionnaire in CAPI Select sample villages for crop and livestock survey Training of enumerators and testing of data collection materials Carry out the data collection process in the 4 identified districts (Kirehe, Rulindo, Nyamagabe and

Karongi) Deliver the cleaned data set (labled variables, files in STATA format), including possible cleaning

steps performed and a report on the data collection process.

Deliverables An inception report for the crop and livestock survey including a work plan, detailed methodology,

report format and timeline, to be submitted within 5 days from the commencement of the assignment. Programmed questionnaries in CAPI. Identification of 1,000 targeted households for crop and livestock residues household survey Final cleaned data set with labled variables A detailed report on the cleaned data including the data collection process, labled variables and a

variable code book

1.2 Tasks and deliverables for wood processing companies survey

Tasks Translate the questionnaire on wood processing residues into Kinyarwanda Programme the questionnaire in CAPI Select sample companies for wood processing survey Training of enumerators and testing of data collection materials Carry out the data collection process in the 4 identified districts (Kirehe, Nyagatare, Rulindo, and

Karongi) Deliver the cleaned data set (labled variables, files in STATA format), including possible cleaning

steps performed and a report on the data collection process.

Deliverables

Page 15: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 APPENDIX A

Page 3

An inception report for the wood processing survey including a work plan, detailed methodology, report format and timeline, to be submitted within 5 days from the commencement of the assignment.

Programmed questionnaires in CAPI. Identification of 60 targeted wood processing companies Final cleaned data set with labled variables A detailed report on the cleaned data including the data collection process, labled variables and a

variable code book

1.3 Tasks and deliverables for the biogas household survey

Tasks Translate the biogas questionnaire into Kinyarwanda Programme the questionnaire in CAPI Select sample villages for biogas survey Carry out the data collection process in the 5 identified district (Kirehe, Nyagatare, Rulindo,

Nyamagabe and Karongi) Deliver the cleaned data set (labled variables, files in STATA format), including possible cleaning

steps performed and a report on the data collection process.

Deliverables An inception report for the biogas survey including a work plan, detailed methodology, report format

and timeline, to be submitted within 5 days from the commencement of the assignment. Programmed questionnaires in CAPI. Identification of 200 targeted biogas households Final cleaned data set with labled variables A detailed report on the cleaned data including the data collection process, labled variables and a

variable code book

Timeframe (Duration: 2.5 months)

Outputs Period: 13 April-28 June 2020

Inception report for all the 3 surveys, input provided on sample design and sample finalized

By 13 April 2020

Survey questionnaires translated into Kinyarwanda and the surveys programmed in CAPI By 18 April 2020Training of enumerators and testing all data collection materials By 27 April 2020Biogas household survey carried out in Kirehe, Nyagatare Rulindo, Nyamagabe and Karongi districts

By 04 June 2020

Crop and livestock residues household survey carried out in Kirehe, Rulindo, Nyamagabe and Karongi districts

By 04 June 2020

Wood processing companies survey carried out in Kirehe, Rulindo, Nyamagabe and Karongi districts

By 04 June 2020

All survey data cleaned and documented, final dataset and final report

By 06 July 2020

Page 16: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 APPENDIX A

Page 4

Qualification, Skills and Experience

a) Experience in carrying out household surveys in at least 3 similar assignments performed in the last 5 years;

b) Proven capacity to carry out household surveys with a strong team.c) Proven experience in working at household level in districts in Rwanda;d) Experience with energy and bioenergy assessments will be an added advantage;e) Good working experience in Rwanda’s household survey design and implementation.f) Being in order with Rwanda Revenue Authority in terms of taxes payment (to be justified by the tax

clearance certificate).

The Service provide should agree with FAO to use the following questionnaires to be provided by FAO to collect required data: a) Crops and livestock residues use, b) Wood processing companies and c) Biogas survey

Page 17: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender N° FRRWA/BEFS/001/2020 APPENDIX B-1

Page 1 of 1

DOCUMENTATION AND FORMS TO BE SUBMITTED WITH THE TECHNICAL PROPOSAL

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.

Page 18: detail…  · Web viewA firm and its affiliates, agents and subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any Intergovernmental or UN

Tender No. FRRWA/BEFS/001/2020 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 work plan. Please note that the below is a detailed breakdown of the total costs for the project.

Expenses Unit type

Number of Unit

Unit costs Total

Activity A : Specify the main activity - this should correspond to the main activity heading of the workplan Personnel        Travel (please create sub-line for the different components: flights, accommodation, allowance, other)        Other (specify)        Other (specify)        Subtotal A        Activity B Personnel        Travel (please create sub-line for the different components: flights, accommodation, allowance, other)        Other (specify)        Other (specify)        Subtotal B        Activity C: Personnel        Travel (please create sub-line for the different components: flights, accommodation, allowance, other)        Other (specify)        Other (specify)        Subtotal C        D: Other expenses (please include here all costs that are not related to any specify activity. Please specify the nature of these costsOther (specify)        Other (specify)        Subtotal D        TOTAL A + B + C + D