0% found this document useful (0 votes)
150 views44 pages

Undp Project

This document is a request for proposals from the United Nations Development Programme to conduct a national corruption perception survey in Ethiopia. It provides instructions to bidders on submitting proposals, including eligibility requirements, technical and financial proposal formatting, and addresses the evaluation criteria and process. Bidders are invited to propose their qualifications and methodology to carry out the survey for the Governance and Democratic Participation Programme in Ethiopia. The successful bidder will be selected based on evaluation of proposals and may be subject to a due diligence review.

Uploaded by

liya
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
150 views44 pages

Undp Project

This document is a request for proposals from the United Nations Development Programme to conduct a national corruption perception survey in Ethiopia. It provides instructions to bidders on submitting proposals, including eligibility requirements, technical and financial proposal formatting, and addresses the evaluation criteria and process. Bidders are invited to propose their qualifications and methodology to carry out the survey for the Governance and Democratic Participation Programme in Ethiopia. The successful bidder will be selected based on evaluation of proposals and may be subject to a due diligence review.

Uploaded by

liya
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 44

United Nations Development Programme

REQUEST FOR PROPOSAL


Selection of a National Firmto Conduct National Corruption Perception
Survey for Ethiopia

RFP No.: ETH0386

Project: Governance and Democratic Participation Programme (GDPP) FEACC Sub


Programme

Country: Ethiopia

Issued on:
Contents
SECTION 1. LETTER OF INVITATION............................................................................................................... 4

SECTION 2. INSTRUCTION TO BIDDERS.......................................................................................................... 5


A. GENERAL PROVISIONS...............................................................................................................................................................
1. Introduction...................................................................................................................................................5
2. Fraud & Corruption, Gifts and Hospitality.....................................................................................................5
3. Eligibility......................................................................................................................................................... 5
4. Conflict of Interests........................................................................................................................................6
B. PREPARATION OF PROPOSALS................................................................................................................................................
5. General Considerations................................................................................................................................6
6. Cost of Preparation of Proposal...................................................................................................................6
7. Language......................................................................................................................................................6
8. Documents Comprising the Proposal...........................................................................................................6
9. Documents Establishing the Eligibility and Qualifications of the Bidder.......................................................7
10. Technical Proposal Format and Content.......................................................................................................7
11. Financial Proposals........................................................................................................................................7
12. Proposal Security..........................................................................................................................................7
13. Currencies.....................................................................................................................................................8
14. Joint Venture, Consortium or Association.....................................................................................................8
15. Only One Proposal.........................................................................................................................................9
16. Proposal Validity Period................................................................................................................................9
17. Extension of Proposal Validity Period............................................................................................................9
18. Clarification of Proposal................................................................................................................................9
19. Amendment of Proposals..............................................................................................................................9
20. Alternative Proposals..................................................................................................................................10
21. Pre-Bid Conference.....................................................................................................................................10
C. SUBMISSION AND OPENING OF PROPOSALS........................................................................................................................
22. Submission..................................................................................................................................................10
23. Deadline for Submission of Proposals and Late Proposals..........................................................................11
24. Withdrawal, Substitution, and Modification of Proposals...........................................................................11
25. Proposal Opening........................................................................................................................................12
D. EVALUATION OF PROPOSALS..................................................................................................................................................
26. Confidentiality.............................................................................................................................................12
27. Evaluation of Proposals...............................................................................................................................12
28. Preliminary Examination.............................................................................................................................12
29. Evaluation of Eligibility and Qualification....................................................................................................12
30. Evaluation of Technical and Financial Proposals.........................................................................................13
31. Due Diligence..............................................................................................................................................13
32. Clarification of Proposals.............................................................................................................................14
33. Responsiveness of Proposal........................................................................................................................14
34. Nonconformities, Reparable Errors and Omissions.....................................................................................14
E. AWARD OF CONTRACT...............................................................................................................................................................
35. Right to Accept, Reject, Any or All Proposals...............................................................................................15
36. Award Criteria.............................................................................................................................................15
37. Debriefing...................................................................................................................................................15
38. Right to Vary Requirements at the Time of Award......................................................................................15
39. Contract Signature......................................................................................................................................15
40. Contract Type and General Terms and Conditions......................................................................................15
41. Performance Security..................................................................................................................................15
42. Bank Guarantee for Advanced Payment.....................................................................................................15
43. Liquidated Damages....................................................................................................................................16
44. Payment Provisions.....................................................................................................................................16
45. Vendor Protest............................................................................................................................................16
46. Other Provisions..........................................................................................................................................16

2
SECTION 3. BID DATA SHEET.......................................................................................................................... 17

SECTION 4. EVALUATION CRITERIA............................................................................................................... 19

SECTION 5. TERMS OF REFERENCE................................................................................................................ 23

SECTION 6: RETURNABLE BIDDING FORMS / CHECKLIST..........................................................................30

FORM A: TECHNICAL PROPOSAL SUBMISSION FORM..........................................................................................................................31


FORM B: BIDDER INFORMATION FORM.................................................................................................................................................32
FORM C: JOINT VENTURE/CONSORTIUM/ASSOCIATION INFORMATION FORM...............................................................................33
FORM D: QUALIFICATION FORM............................................................................................................................................................34
FORM E: FORMAT OF TECHNICAL PROPOSAL.......................................................................................................................................37
FORM F: FINANCIAL PROPOSAL SUBMISSION FORM...........................................................................................................................39
FORM G: FINANCIAL PROPOSAL FORM.................................................................................................................................................40
FORM H: FORM OF PROPOSAL SECURITY.............................................................................................................................................42

3
Section 1. Letter of Invitation

The United Nations Development Programme (UNDP) hereby invites you to submit a Proposal to
this Request for Proposal (RFP) for the above-referenced subject.

This RFP includes the following documents and the General Terms and Conditions of Contract
which is inserted in the Bid Data Sheet (BDS):

Section 1: This Letter of Invitation


Section 2: Instruction to Bidders
Section 3: Bid Data Sheet (BDS)
Section 4:Evaluation Criteria
Section 5: Terms of Reference
Section 6:Returnable Bidding Forms
o Form A: Technical Proposal Submission Form
o Form B: Bidder Information Form
o Form C: Joint Venture/Consortium/Association Information Form
o Form D: Qualification Form
o Form E: Formatof Technical Proposal
o Form F: Financial Proposal Submission Form
o FormG: Financial Proposal Form

If you are interested in submitting a Proposal in response to this RFP, please prepare your Proposal
in accordance with the requirements and procedure as set out in this RFP and submit it by the
Deadline for Submission of Proposals set out in Bid Data Sheet.

Please acknowledge receipt of this RFP bysending an email to [email protected],


indicating whether you intend to submit a Proposalor otherwise. You may also utilize the “Accept
Invitation” function in e-Tendering system, whereapplicable.This will enable you to receive
amendments or updates to the RFP. Should you require further clarifications, kindly communicate
with the contact person/s identified in the attached Bid Data Sheet as the focal point for queries on
this RFP.

UNDP looks forward to receiving your Proposal and thank you in advance for your interest in UNDP
procurement opportunities.

Issued by: Approved by:

____________________________ ____________________________

Name: MY Name: Mehari Goitom


Title: Procurement Unit Title: Procurement Specialist, a. i.
Date: Date:

4
5
Section 2. Instruction to Bidders
A. GENERAL PROVISIONS
1. Introduction 1.1 Bidders shall adhere to all the requirements of this RFP,including any
amendments in writing by UNDP. This RFP is conducted in accordance with the
UNDP Programme and Operations Policies and Procedures (POPP) on
Contracts and Procurement which can be accessed at
https://popp.undp.org/SitePages/POPPBSUnit.aspx?TermID=254a9f96-b883-
476a-8ef8-e81f93a2b38d
1.2 Any Proposal submitted will be regarded as an offer by the Bidder and does
not constitute or imply the acceptance of the Proposal by UNDP. UNDP is
under no obligation to award a contract to any Bidder as a result of this RFP.
1.3 As part of the bid, it is desired that the Bidder registers at the United Nations
Global Marketplace (UNGM) website (www.ungm.org). The Bidder may still
submit a bid even if not registered with the UNGM. However, if the Bidder is
selected for contract award, the Bidder must register on the UNGM prior to
contract signature.

2. Fraud 2.1 UNDP strictly enforces a policy of zero tolerance on proscribed practices,
&Corruption, including fraud, corruption, collusion, unethical or unprofessional practices, and
Gifts and obstruction of UNDP vendors and requires all bidders/vendors observe the
Hospitality highest standard of ethics during the procurement process and contract
implementation.UNDP’s Anti-Fraud Policy can be found at
http://www.undp.org/content/undp/en/home/operations/accountability/audit/offic
e_of_audit_andinvestigation.html#anti

2.2 Bidders/vendors shall not offer gifts or hospitality of any kind to UNDP staff
members including recreational trips to sporting or cultural events, theme
parks or offers of holidays, transportation, or invitations to extravagant lunches
or dinners.
2.3 In pursuance of this policy, UNDP
(a) Shall reject a proposal if it determines that the selected bidder has engaged
in any corrupt or fraudulent practices in competing for the contract in question;
(b) Shall declare a vendor ineligible, either indefinitely or for a stated period of
time, to be awarded a contract if at any time it determines that the vendor has
engaged in any corrupt or fraudulent practices in competing for, or in
executing a UNDP contract.
2.4 All Bidders must adhere to the UN Supplier Code of Conduct, which may be
found at http://www.un.org/depts/ptd/pdf/conduct_english.pdf

3. Eligibility 3.1 Avendorshould not be suspended, debarred, or otherwise identified as


ineligible by any UN Organization or the World Bank Group or any other
international Organization. Vendors are therefore required to disclose toUNDP
whether they are subject to any sanction or temporary suspension imposed by
theseorganizations.
3.2 It is the Bidder’s responsibility to ensure that its employees, joint venture
members, sub-contractors, service providers, suppliers and/or their employees
meet the eligibility requirements as established by UNDP.

4. Conflict of Interests 4.1 Bidders must strictly avoid conflicts with other assignments or their own
interests, and act without consideration for future work. Bidders found to have
a conflict of interest shall be disqualified. Without limitation on the generality
6
of the above, Bidders, and any of their affiliates, shall be considered to have a
conflict of interest with one or more parties in this solicitation process, if they:
a) Are or have been associated in the past, with a firm or any of its affiliates
which have been engaged by UNDP to provide services for the preparation
of the design, specifications, Terms of Reference, cost analysis/estimation,
and other documents to be used for the procurement of the goods and
services in this selection process;
b) Were involved in the preparation and/or design of the programme/project
related to the services requested under this RFP; or
c) Are found to be in conflict for any other reason, as may be established by,
or at the discretion of UNDP.
4.2 In the event of any uncertainty in the interpretation of a potentialconflict of
interest, Bidders must disclose to UNDP, and seek UNDP’s confirmation on
whether or not such a conflict exists.
4.3 Similarly, the Bidders must disclose in their proposal their knowledge of the
following:
a) If the owners, part-owners, officers, directors, controlling shareholders, of
the bidding entity or key personnel are family members of UNDP staff
involved in the procurement functions and/or the Government of the
country or any Implementing Partner receiving services under this RFP; and
b) All other circumstances that could potentially lead to actual or perceived
conflict of interest, collusion or unfair competition practices.
Failure to disclose such an information may result in the rejection of the
proposal or proposals affected by the non-disclosure.
4.4 The eligibility of Bidders that are wholly or partly owned by the Government
shall be subject to UNDP’s further evaluation and review of various factors such
as being registered, operated and managed as an independent business entity,
the extent of Government ownership/share, receipt of subsidies, mandate and
access to information in relation to this RFP, among others. Conditions that
may lead to undue advantage against other Bidders may result inthe eventual
rejection of the Proposal.
B. PREPARATION OF PROPOSALS
5. General 5.1 In preparing the Proposal, the Bidder is expected to examine the RFP in detail.
Considerations Material deficiencies in providing the information requested in the RFP may
result in rejection of the Proposal.
5.2 The Bidder will not be permitted to take advantage of any errors or omissions
in the RFP. Should such errors or omissions be discovered, the Bidder must
notify the UNDP

6. Cost of Preparation 6.1 The Bidder shall bear any and all costs related to the preparation and/or
of Proposal submission of the Proposal, regardless of whether its Proposal was selected or
not. UNDP shall not be responsible or liable for those costs, regardless of the
conduct or outcome of the procurement process.

7. Language 7.1 The Proposal, as well as any and all related correspondence exchanged by the
Bidder and UNDP, shall be written in the language (s) specified in the BDS.

8. Documents 8.1 The Proposal shall comprise of the following documents:


Comprising the
a) Documents Establishing the Eligibility and Qualifications of the Bidder;
Proposal
b) Technical Proposal;

7
c) Financial Proposal;
d) Proposal Security, if required by BDS;
e) Any attachments and/or appendices to the Proposal.

9. Documents 9.1 The Bidder shall furnish documentary evidence of its status as an eligible
Establishing the and qualified vendor, using the Forms provided under Section 6 and
Eligibility and providing documents required in those forms. In order to award a contract
Qualifications of to a Bidder, its qualifications must be documented to UNDP’s satisfaction.
the Bidder
10.Technical Proposal 10.1 The Bidder is required to submit a Technical Proposal using the Standard
Format and Forms and templates provided in Section 6 of the RFP.
Content
10.2 The Technical Proposal shall not include anyprice or financial information. A
Technical Proposal containing material financial information may be declared
non-responsive.
10.3 Samples of items, when required as per Section 5, shall be provided within the
time specified and unless otherwise specified by UNDP,and at no expense to
UNDP
10.4 When applicable and required as per Section 5, the Bidder shall describe the
necessary training programme available for the maintenance and operation of
the services and/or equipment offered as well as the cost to the UNDP. Unless
otherwise specified, such training as well as training materialsshall be provided
in the language of the Bid as specified in the BDS.

11. Financial Proposals 11.1 The Financial Proposal shall be prepared using the Standard Form provided in
Section 6 of the RFP. It shall list all major cost components associated with the
services, and the detailed breakdown of such costs.
11.2 Any output and activities described in the Technical Proposal but not priced in
the Financial Proposal, shall be assumed to be included in the prices of other
activities or items, as well as in the final total price.
11.3 Prices and other financial information must not be disclosed in any other place
except in the financial proposal.

12.Proposal Security 12.1 A Proposal Security, if required by BDS, shall be provided in the amount and
form indicated in the BDS. The Proposal Security shall be valid up to thirty (30)
days after the final date of validity of the Proposal.
12.2 The Proposal Security shall be included along with the Technical Proposal. If
Proposal Security is required by the RFP but is not found along with the
Technical Proposal, the Proposal shall be rejected.
12.3 If the Proposal Security amount or its validity period is found to be less than
what is required by UNDP, UNDP shall reject the Proposal.
12.4 In the event an electronic submission is allowed in the BDS, Bidders shall
include a copy of the Bid Security in their proposal and the original of the
Proposal Security must be sent via courier or hand delivery as per the
instructions in BDS.
12.5 The Proposal Security may be forfeited by UNDP, and the Proposal rejected, in
the event of any one or combination, of the following conditions:
a) If the Bidder withdraws itsoffer during the period of the Proposal Validity
specified in the BDS, or;
b) In the event thatthe successful Bidder fails:
i. to sign the Contract after UNDP has issued an award; or

8
12.6 to furnish the Performance Security, insurances, or other documents that UNDP
may require as a condition precedent to the effectivity of the contract that may
be awarded to the Bidder.

13.Currencies 13.1 All prices shall be quoted in the currency or currencies indicated in the BDS.
Where Proposals are quoted in different currencies, for the purposes of
comparison of all Proposals:
a) UNDP will convert the currency quoted in the Proposal into the UNDP
preferred currency, in accordance with the prevailing UN operational rate
of exchange on the last day of submission of Proposals; and
b) In the event thatUNDP selects a proposal for awardthat is quoted in a
currency different from the preferred currency in the BDS, UNDP shall
reserve the right to award the contract in the currency of UNDP’s
preference, using the conversion method specified above.

14.Joint Venture, 14.1 If the Bidder is a group of legal entities that will form or have formed a Joint
Consortium or Venture (JV), Consortium or Association for the Proposal, they shall confirm in
Association their Proposal that : (i) they have designated one party to act as a lead entity,
duly vested with authority to legally bind the members of the JV, Consortium
or Association jointly and severally, which shall be evidenced by a duly
notarized Agreement among the legal entities, and submitted with the
Proposal; and (ii) if they are awarded the contract, the contract shall be entered
into, by and between UNDP and the designated lead entity, who shall be acting
for and on behalf of all the member entities comprising the joint venture. 
14.2 After the Deadline for Submission of Proposal, the lead entity identified to
represent the JV, Consortium or Association shall not be altered without the
prior written consent of UNDP. 
14.3 The lead entity and the member entities of the JV, Consortium or Association
shall abide by the provisions of Clause 9 herein in respect of submitting only
one proposal.
14.4 The description of the organization of the JV, Consortium or Association must
clearly define the expected role of each of the entity in the joint venture in
delivering the requirements of the RFP, both in the Proposal and the JV,
Consortium or Association Agreement.  All entities that comprise the JV,
Consortium or Association shall be subject to the eligibility and qualification
assessment by UNDP.
14.5 AJV, Consortium or Association in presenting its track record and experience
should clearly differentiate between:
a) Those that were undertaken together by the JV, Consortium or Association;
and
b) Those that were undertaken by the individual entities of the JV,
Consortium or Association.
14.6 Previous contracts completed by individual experts working privately but who
are permanently or were temporarily associated with any of the member firms
cannot be claimed as the experience of the JV, Consortium or Association or
those of its members, but should only be claimed by the individual experts
themselves in their presentation of their individual credentials.
14.7 JV, Consortium or Associations are encouraged for high value, multi-sectoral
requirements when the spectrum of expertise and resources required may not
be available within one firm.

9
15.Only One Proposal 15.1 The Bidder (including the individual members of any Joint Venture) shall
submit only one Proposal, either in its own name or as part of a Joint Venture.
15.2 Proposals submitted by two (2) or more Bidders shall all be rejected if they are
found to have any of the following:
a) they have at least one controlling partner, director or shareholder in
common; or
b) any one of them receive or have received any direct or indirect subsidy
from the other/s; or
c) they have the same legal representative for purposes of this RFP; or
d) they have a relationship with each other, directly or through common third
parties, that puts them in a position to have access to information about,
or influence on the Proposal of, another Bidder regarding this RFP process;
e) they are subcontractors to each other’s Proposal, or a subcontractor to one
Proposal also submits another Proposal under its name as lead Bidder; or
f) some key personnel proposed to be in the team of one Bidder participates
in more than one Proposal received for this RFP process. This condition
relating to the personnel, does not apply to subcontractors being included
in more than one Proposal.

16.Proposal Validity 16.1 Proposals shall remain valid for the period specified in the BDS, commencing
Period on the Deadline for Submission of Proposals. A Proposal valid for a shorter
period may be rejected by UNDP and rendered non-responsive.
16.2 During the Proposal validity period, the Bidder shall maintain its original
Proposal without any change, including the availability of the Key Personnel,
the proposed rates and the total price.

17.Extension of 17.1 In exceptional circumstances, prior to the expiration of the proposal validity
Proposal Validity period, UNDP may request Bidders to extend the period of validity of their
Period Proposals. The request and the responses shall be made in writing, and shall
be considered integral to the Proposal.
17.2 If the Bidder agrees to extend the validity of its Proposal, it shall be done
without any change in the original Proposal.
17.3 The Bidder has the right to refuse to extend the validity of its Proposal,and in
which case, such Proposal will not be further evaluated.

18.Clarification of 18.1 Bidders may request clarifications on any of the RFP documents no later than
Proposal the date indicated in the BDS. Any request for clarification must be sent in
writing in the manner indicated in the BDS. If inquiries are sent other than
specified channel, even if they are sent to a UNDP staff member, UNDP shall
have no obligation to respond or confirm that the query was officially received.
18.2 UNDP will provide the responses to clarificationsthrough the method specified
in the BDS.
18.3 UNDP shall endeavor to provide responses to clarifications in an expeditious
manner, but any delay in such response shall not cause an obligation on the
part of UNDP to extend the submission date of the Proposals, unless UNDP
deems that such an extension is justified and necessary.

19.Amendment of 19.1 At any time prior to the deadline of Proposal submission, UNDP may for any
Proposals reason, such as in response to a clarification requested by a Bidder, modify the
RFP in the form of an amendment to the RFP. Amendments will be made

10
available to all prospective bidders.
19.2 If the amendment is substantial, UNDP may extend the Deadline for
submission of proposal to give the Bidders reasonable time to incorporate the
amendment into their Proposals.

20.Alternative 20.1 Unless otherwise specified in the BDS, alternative proposals shall not be
Proposals considered. If submission of alternative proposal is allowed by BDS, a Bidder
may submit an alternative proposal, but only if it also submits a proposal
conforming to the RFP requirements. UNDP shall only consider the alternative
proposal offered by the Bidder whose conforming proposal ranked thehighest
as per the specified evaluation method. Where the conditions for its
acceptance are met, or justifications are clearly established, UNDP reserves the
right to award a contract based on an alternative proposal.
20.2 If multiple/alternative proposals are being submitted, they must be clearly
marked as “Main Proposal” and “Alternative Proposal”

21.Pre-Bid Conference 21.1 When appropriate, a Bidder’s conference will be conducted at the date, time
and location specified in the BDS. All Bidders are encouraged to attend. Non-
attendance, however, shall not result in disqualification of an interested Bidder.
Minutes of the Bidder’s conference will be disseminated on the procurement
website and shared by email or on the e-Tendering platform as specified in the
BDS. No verbal statement made during the conference shall modify the terms
and conditions of the RFP, unless specifically incorporated in the Minutes of
the Bidder’s Conference or issued/posted as an amendment to RFP.
C. SUBMISSION AND OPENING OF PROPOSALS
22.Submission 22.1 The Bidder shall submit a duly signed and complete Proposal comprising the
documents and forms in accordance with the requirements in the BDS. The
submission shall be in the manner specified in the BDS.
22.2 The Proposal shall be signed by the Bidder or person(s) duly authorized to
commit the Bidder. The authorization shall be communicated through a
document evidencing such authorization issued by the legal representative of
the bidding entity, or a Power of Attorney, accompanying the Proposal.
22.3 Bidders must be aware that the mere act of submission of a Proposal, in and of
itself, implies that the Bidder fully accepts the UNDP General Contract Terms
and Conditions.

Hard copy (manual) 22.4 Hard copy (manual) submission by courier or hand delivery allowed or
submission specified in the BDS shall be governed as follows:
a) The signed Proposal shall be marked “Original”, and its copies marked
“Copy” as appropriate. The number of copies is indicated in the BDS. All
copies shall be made from the signed original only. If there are
discrepancies between the original and the copies, the original shall
prevail.
b) The Technical Proposal and the Financial Proposal envelopes MUST BE
COMPLETELY SEPARATE and each of them must be submitted sealed
individually and clearly marked on the outside as either “TECHNICAL
PROPOSAL” or “FINANCIAL PROPOSAL”, as appropriate. Each envelope
SHALL clearly indicate the name of the Bidder. The outer envelopes shall:
i.Bear the name and address of the bidder;
ii. Be addressed to UNDP as specified in the BDS

11
iii. Bear a warning that states “Not to be opened before the time and date for
proposal opening” as specified in the BDS.

If the envelopes and packages with the Proposal are not sealed and
marked as required, UNDP shall assume no responsibility for the
misplacement, loss, or premature opening of the Proposal.
Email Submission 22.5 Email submission, if allowed or specified in the BDS, shall be governed as
follows:
a) Electronic files that form part of the proposal must be in accordance with
the format and requirements indicated in BDS;
b) The Technical Proposal and the Financial Proposal files MUST BE
COMPLETELY SEPARATE. The financial proposalshall be encrypted with
different passwords and clearly labelled. The files must be sent to the
dedicated email address specified in the BDS.
c) The password for opening the Financial Proposal should be provided only
upon request of UNDP. UNDP will request password only from bidders
whose Technical Proposal has been found to be technically responsive.
Failure to provide correct password may result in the proposal being
eTendering submission rejected.
22.6 Electronic submission through eTendering, ifallowed or specified in the BDS,
shall be governed as follows:
a) Electronic files that form part of the proposal must be inaccordance with
the format and requirements indicated in BDS;
b) The Technical Proposal and the Financial Proposal files MUST BE
COMPLETELY SEPARATE and each of them must be uploaded individually
and clearly labelled.
d) The Financial Proposal file must be encrypted with a password so that it
cannot be opened nor viewed until the password is provided. The
password for opening the Financial Proposal should be provided only
upon request of UNDP. UNDP will request password only from bidders
whose technical proposal has been found to be technically responsive.
Failure to provide the correct password may result in the proposal being
rejected.
c) Documents which are required to be in original form (e.g. Bid Security, etc.)
must be sent via courier or hand delivery as per the instructions in BDS.
d) Detailed instructions on how to submit, modify or cancel a bid in the
eTendering system are provided in the eTendering system Bidder User
Guide and Instructional videos available on this link:
http://www.undp.org/content/undp/en/home/operations/procurement/bu
siness/procurement-notices/resources/

23.Deadline for 23.1 Complete Proposals must be received by UNDP in the manner,and no later
Submission of than the date and time, specified in the BDS. UNDP shall only recognize the
Proposals and Late date and time that thebid was received by UNDP
Proposals
23.2 UNDP shall not consider any Proposal that is submitted after the deadline for
the submission of Proposals.

24.Withdrawal, 24.1 A Bidder may withdraw, substitute or modify its Proposal after it has been
12
Substitution, and submitted at any timeprior to the deadline for submission.
Modification of
24.2 Manual and Email submissions: A bidder may withdraw, substitute or modify its
Proposals
Proposal by sending a written notice to UNDP, duly signed by an authorized
representative, and shall include a copy of the authorization (or a Power of
Attorney). The corresponding substitution or modification of the Proposal, if
any, must accompany the respective written notice. All notices must be
submitted in the same manner as specified for submission of proposals, by
clearly marking them as “WITHDRAWAL” “SUBSTITUTION,” or “MODIFICATION”
24.3 eTendering: A Bidder may withdraw, substitute or modify its Proposal by
Canceling, Editing, and re-submitting the proposal directly in the system. It is
the responsibility of the Bidder to properly follow the system instructions, duly
edit and submit a substitution or modificationof the Proposal as needed.
Detailed instructions on how to cancel or modify a Proposal directly in the
system are provided in Bidder User Guide and Instructional videos.
24.4 Proposals requested to be withdrawn shall be returned unopened to the
Bidders (only for manual submissions), except if the bid is withdrawn after the
bid has been opened

25.Proposal Opening 25.1 There is no public bid opening for RFPs. UNDP shall open the Proposals in the
presence of an ad-hoc committee formed by UNDP, consisting of at least two
(2) members. In the case of e-Tendering submission, bidders will receive an
automatic notification once their proposal is opened.
D. EVALUATION OF PROPOSALS
26.Confidentiality 26.1 Information relating to the examination, evaluation, and comparison of
Proposals, and the recommendation of contract award, shall not be disclosed
to Bidders or any other persons not officially concerned with such process,
even after publication of the contract award.
26.2 Any effort by a Bidder or anyone on behalf of the Bidder to influence UNDP in
the examination, evaluation and comparison of the Proposals or contract
award decisions may, at UNDP’s decision, result in the rejection of its Proposal
and may be subject to the application of prevailing UNDP’s vendor sanctions
procedures.

27.Evaluation of 27.1 The Bidder is not permitted to alter or modify its Proposal in any way after the
Proposals proposal submission deadline except as permitted under Clause 24 of this RFP.
UNDP will conduct the evaluation solely on the basis of the submitted
Technical and Financial Proposals.
27.2 Evaluation of proposals is made of the following steps:
a) Preliminary Examination
b) Minimum Eligibility and Qualification (if pre-qualification is not done)
c) Evaluation of Technical Proposals
d) Evaluation of Financial Proposals

28.Preliminary 28.1 UNDP shall examine the Proposals to determine whether they are complete
Examination with respect to minimum documentary requirements, whether the documents
have been properly signed, and whether the Proposals are generally in order,
among other indicators that may be used at this stage. UNDP reserves the
right to reject any Proposal at this stage.

29.Evaluation of 29.1 Eligibility and Qualification of the Bidder will be evaluated against the
Eligibility and Minimum Eligibility/Qualification requirements specified in the Section 4
Qualification (Evaluation Criteria).

13
29.2 In general terms, vendors that meet the following criteria may be considered
qualified:
a) They are not included in the UN Security Council 1267/1989 Committee's
list of terrorists and terrorist financiers, and in UNDP’s ineligible vendors’
list;
b) They have a good financial standing and have access to adequatefinancial
resources to perform the contract and all existing commercial
commitments,
c) They have the necessary similar experience, technical expertise,production
capacity where applicable, quality certifications, quality assurance
procedures and otherresources applicable to the provision of the services
required;
d) They are able to comply fully with UNDP General Terms and Conditions of
Contract;
e) They do not have a consistent history of court/arbitral award decisions
against the Bidder; and
f) They have a record of timely and satisfactory performance with their
clients.

30.Evaluation of 30.1 The evaluation team shall review and evaluate the Technical Proposals on the
Technical and basis of their responsiveness to the Terms of Reference and other RFP
Financial Proposals documents, applying the evaluation criteria, sub-criteria, and point system
specified in the Section 4 (Evaluation Criteria). A Proposal shall be rendered
non-responsive at the technical evaluation stage if it fails to achieve the
minimum technical score indicated in the BDS.When necessary and if stated in
the BDS,UNDP may invite technically responsive bidders for a presentation
related to their technical proposals.The conditions for the presentation shall be
provided in the bid document where required.
30.2 In the second stage, only the Financial Proposals of those Bidders who achieve
the minimum technical score will be opened for evaluation. The Financial
Proposals corresponding to Technical Proposals that were rendered non-
responsive shall remain unopened, and, in the case of manual submission, be
returned to the Bidder unopened. For emailed Proposals and e-tendering
submissions, UNDP will not request for the password of the
FinancialProposalsof bidders whose Technical Proposal were found not
responsive.
30.3 The evaluation method that applies for this RFP shall be as indicated in the
BDS, which may be either of two (2) possible methods, as follows: (a) the
lowest priced method which selects the lowest evaluated financial proposal of
the technically responsive Bidders; or (b) the combined scoring method which
will be based on a combination of the technical and financial score.
30.4 When the BDS specifies a combined scoring method, the formula for the rating
of the Proposals will be as follows:

Rating the Technical Proposal (TP):

TP Rating = (Total Score Obtained by the Offer / Max. Obtainable Score for TP) x
100

Rating the Financial Proposal (FP):

FP Rating = (Lowest Priced Offer / Price of the Offer Being Reviewed) x 100

Total Combined Score:

14
Combined Score = (TP Rating) x (Weight of TP, e.g. 70%) + (FP Rating) x (Weight of
FP, e.g., 30%)

31.Due Diligence 31.1 UNDP reserves the right to undertake a due diligence exercise, also called post
qualification, aimed at determining to its satisfaction, the validity of the
information provided by the Bidder.Such exercise shall be fully documented
and may include, but need not be limited to, all or any combination of the
following:
a) Verification of accuracy, correctness and authenticity of information
provided by the Bidder;
b) Validation of extent of compliance to the RFP requirements and
evaluation criteria based on what has so far been found by the evaluation
team;
c) Inquiry and reference checking with Government entities with jurisdiction
on the Bidder, or with previous clients, or any other entity that may have
done business with the Bidder;
d) Inquiry and reference checking with previous clients on the performance
on on-going or contracts completed, including physical inspections of
previous works, as necessary;
e) Physical inspection of the Bidder’s offices, branches or other places where
business transpires, with or without notice to the Bidder;
f) Other means that UNDP may deem appropriate, at any stage within the
selection process, prior to awarding the contract.
32.Clarification of 32.1 To assist in the examination, evaluation and comparison of Proposals, UNDP
Proposals may, at its discretion, ask any Bidder for a clarification of its Proposal.
32.2 UNDP’s request for clarification and the response shall be in writing and no
change in the prices or substance of the Proposal shall be sought, offered, or
permitted, except to provide clarification, and confirm the correction of any
arithmetic errors discovered by UNDP in the evaluation of the Proposals, in
accordance with RFP.
32.3 Any unsolicited clarification submitted by a Bidder in respect to its Proposal,
which is not a response to a request by UNDP, shall not be considered during
the review and evaluation of the Proposals.

33.Responsiveness of 33.1 UNDP’s determination of a Proposal’s responsiveness will be based on the


Proposal contents of the Proposal itself. A substantially responsive Proposal is one that
conforms to all the terms, conditions, TOR and other requirements of the RFP
without material deviation, reservation, or omission.
33.2 If a Proposal is not substantially responsive, it shall be rejected by UNDP and
may not subsequently be made responsive by the Bidder by correction of the
material deviation, reservation, or omission.

34.Nonconformities, 34.1 Provided that a Proposal is substantially responsive, UNDP may waive any non-
Reparable Errors conformities or omissions in the Proposal that, in the opinion of UNDP, do not
and Omissions constitute a material deviation.
34.2 UNDP may request the Bidder to submit the necessary information or
documentation, within a reasonable period of time, to rectify nonmaterial
nonconformities or omissions in the Proposal related to documentation
requirements. Such omission shall not be related to any aspect of the price of
the Proposal. Failure of the Bidder to comply with the request may result in

15
the rejection of its Proposal.
34.3 For Financial Proposal that has been opened, UNDP shall check and correct
arithmetical errors as follows:
a) if there is a discrepancy between the unit price and the line item total
that is obtained by multiplying the unit price by the quantity, the unit
price shall prevail and the line item total shall be corrected, unless in the
opinion of UNDP there is an obvious misplacement of the decimal point
in the unit price; in which case the line item total as quoted shall govern
and the unit price shall be corrected;
b) if there is an error in a total corresponding to the addition or subtraction
of subtotals, the subtotals shall prevail and the total shall be corrected;
and
c) if there is a discrepancy between words and figures, the amount in
words shall prevail, unless the amount expressed in words is related to
an arithmetic error, in which case the amount in figures shall prevail.
34.4 If the Bidder does not accept the correction of errors made by UNDP, its
Proposal shall be rejected.
B. AWARD OF CONTRACT
35.Right to Accept, 35.1 UNDP reserves the right to accept or reject any Proposal, to render any or all of
Reject, Any or All the Proposals as non-responsive, and to reject all Proposals at any time prior to
Proposals award of contract, without incurring any liability, or obligation to inform the
affected Bidder(s) of the grounds for UNDP’s action. UNDP shall not be
obliged to award the contract to the lowest priced offer.

36.Award Criteria 36.1 Prior to expiration of the proposal validity, UNDP shall award the contract to
the qualified Bidder based on the award criteria indicated in the BDS.

37.Debriefing 37.1 In the event that a Bidder is unsuccessful, the Bidder may request a debriefing
from UNDP. The purpose of the debriefing is to discuss the strengths and
weaknesses of the Bidder’s submission, in order to assist the Bidder in
improving its future proposals for UNDP procurement opportunities. The
content of other proposals and how they compare to the Bidder’s submission
shall not be discussed.

38.Right to Vary 38.1 At the time of award of Contract, UNDP reserves the right to vary the quantity
Requirements at of services and/or goods, by up to a maximum twenty-five per cent (25%) of
the Time of Award the total offer, without any change in the unit price or other terms and
conditions.

39.Contract Signature 39.1 Within fifteen (15) days from the date of receipt of the Contract, the successful
Bidder shall sign and date the Contract and return it to UNDP. Failure to do so
may constitute sufficient grounds for the annulment of the award, and
forfeiture of the Proposal Security, if any, and on which event, UNDP may
award the Contract to the Second Ranked Bidder or call for new Proposals.

40.Contract Type and 40.1 The types of Contract to be signed and the applicable UNDP Contract General
General Terms and Terms and Conditions, as specified in BDS, can be accessed
Conditions athttp://www.undp.org/content/undp/en/home/procurement/business/how-
we-buy.html

41.Performance 41.1 40.1 A performance security, if required in BDS, shall be provided in the
Security amount specified in BDS and form available at

16
https://popp.undp.org/_layouts/15/WopiFrame.aspx?
sourcedoc=/UNDP_POPP_DOCUMENT_LIBRARY/Public/PSU_Solicitation_Perfor
mance%20Guarantee%20Form.docx&action=defaultwithin fifteen (15) daysof
the contract signature by both parties. Where a performance security is
required, the receipt of the performance security by UNDP shall be a condition
for rendering the contract effective.

42.Bank Guarantee 42.1 Except when the interests of UNDP so require, it is UNDP’s preference to make
for Advanced no advance payment(s) (i.e., payments without having received any outputs). If
Payment an advance payment is allowed as per BDS, and exceeds 20% of the total
contractprice, or USD 30,000, whichever is less, the Bidder shall submit a Bank
Guarantee in the full amountof the advance payment in the form available at
https://popp.undp.org/_layouts/15/WopiFrame.aspx?
sourcedoc=/UNDP_POPP_DOCUMENT_LIBRARY/Public/PSU_Contract
%20Management%20Payment%20and%20Taxes_Advanced%20Payment
%20Guarantee%20Form.docx&action=default

43.Liquidated 43.1 If specified in BDS, UNDP shall apply Liquidated Damages resulting from the
Damages Contractor’s delays or breach of its obligations as per the Contract.

44.Payment Provisions 44.1 Payment will be made only upon UNDP's acceptance of the work performed.
The terms of payment shall be within thirty(30) days, after receipt of invoice
and certification of acceptance of work issued by the proper authority in UNDP
with direct supervision of the Contractor. Payment will be effectedby bank
transfer in the currency of contract.

45.Vendor Protest 45.1 UNDP’s vendor protest procedure provides an opportunity for appeal to those
persons or firms not awarded a contract through a competitive procurement
process. In the event that a Bidder believes that it was not treated fairly, the
following link provides further details regarding UNDP vendor protest
procedures:http://www.undp.org/content/undp/en/home/operations/procure
ment/business/protest-and-sanctions.html

46.Other Provisions 46.1 In the event that the Bidderoffers a lower price to thehost Government (e.g.
General Services Administration (GSA) of the federal government of the United
States of America) for similar services, UNDP shall be entitled to same lower
price. The UNDP General Terms and Conditions shall have precedence.
46.2 UNDP is entitled to receive the same pricing offered by the same Contractor in
contracts with the United Nations and/or its Agencies. The UNDP General
Terms and Conditions shall have precedence.
46.3 The United Nations has established restrictions on employment of (former) UN
staff who have been involved in the procurement process as per bulletin
ST/SGB/2006/15http://www.un.org/en/ga/search/view_doc.asp?
symbol=ST/SGB/2006/15&referer

17
Section 3. Bid Data Sheet
The following data for the services to be procured shall complement, supplement, or amend the provisions
in the Request for Proposals. In the case of a conflict between the Instructions to Bidders, the Data
Sheet, and other annexes or references attached to the Data Sheet, the provisions in the Data Sheet
shall prevail.
BDS Ref. to
Data Specific Instructions / Requirements
No. Section.2

1 7 Language of the Proposal English

2 Submitting Proposals for Parts or sub- Not Allowed


parts of the TOR (partial bids)

3 20 Alternative Proposals Shall not be considered

4 21 Pre-proposal conference Will not be conducted

5 10 Proposal Validity Period 90 days

6 14 Bid Security Not Required

7 41 Advanced Payment upon signing of Not Allowed


contract

8 42 Liquidated Damages Will not be imposed

9 40 Performance Security
Not Required

10 18 Currency of Proposal Local currency __ETB_____

11 31 Deadline for submitting requests for 3 days before the submission deadline
clarifications/ questions

12 31 Contact Details for submitting Focal Person in UNDP: MY


clarifications/questions Address: UNDP Ethiopia
E-mail address: [email protected]

13 18, 19 and Manner of Disseminating Supplemental Direct communication to prospective Proposers by email
21 Information to the RFP and
responses/clarifications to queries

18
14 23 Deadline for Submission 26.09.2019, local time

14 22 Allowable Manner of Submitting through the online eTendering system


Proposals https://etendering.partneragencies.orgsearch for Event
ID ETH0386

15 22 Proposal Submission Address through the online eTendering system


https://etendering.partneragencies.orgsearch for Event
ID ETH0386

16 22 Electronic submission (email or  Format: PDF files only


eTendering) requirements  File names must be maximum 60 characters long and
must not contain any letter or special character other
than from Latin alphabet/keyboard.
 All files must be free of viruses and not corrupted.
 Password for technical proposal must not be
provided to UNDP until the date as indicated in No.
14(for email submission only)
 Password for financial proposal must not be
provided to UNDP until requested by UNDP
 Max. File Size per transmission:N/A
 Mandatory subject of email:ETH0386
 Documents which are required in original (e.g.
Proposal Security) should be sent to the below
address with a PDF copy submitted as part of the
electronic submission:N/A.

17 27 Evaluation Method for the Award of Combined Scoring Method, using the 70%-30% distribution for technical and f
Contract The minimum technical score required to pass is 70%.
36

18 Expected date for commencement of


Contract

19 Maximum expected duration of Six months


contract

20 35 UNDP will award the contract to: One Proposer Only

21 39 Type of Contract Purchase Order and Contract for Goods and Services for UNDP
http://www.undp.org/content/undp/en/home/procurement/
business/how-we-buy.html

22 39 UNDP Contract Terms and Conditions UNDP General Terms and Conditions for Professional Services
that will apply http://www.undp.org/content/undp/en/home/procurement/
business/how-we-buy.html

23 Other Information Related to the RFP

19
Section 4.Evaluation Criteria
Preliminary Examination Criteria

Proposals will be examined to determine whether they are complete and submitted in accordance with RFP
requirements as per below criteria on a Yes/No basis:

 Appropriate signatures
 Power of Attorney
 Minimum documents provided
 Technical and Financial Proposals submitted separately
 Bid Validity
 Bid Security submitted as per RFP requirements with compliant validity period (if required by the
RFP)

Minimum Eligibility and Qualification Criteria

Eligibility and Qualification will be evaluated on Pass/Fail basis.

If the Proposal is submitted as a Joint Venture/Consortium/Association, each member should meet minimum
criteria, unless otherwise specified in the criterion.

Document Submission
Subject Criteria
requirement
ELIGIBILITY
Legal Status Vendor is a legally registered entity. Form B: Bidder Information
Form
Eligibility Vendor is not suspended, nor debarred, nor otherwise FormA: Technical Proposal
identified as ineligible by any UN Organization or the World Submission Form
Bank Group or any other international Organization in
accordance with ITB clause 3.
Conflict of No conflicts of interest in accordance with ITB clause 4. Form A: Technical Proposal
Interest Submission Form
Bankruptcy Not declared bankruptcy, not involved in bankruptcy or Form A: Technical Proposal
receivership proceedings, and there is no judgment or pending Submission Form
legal action against the vendor that could impair its operations
in the foreseeable future.
Any additional criteria if required

QUALIFICATION
History of Non- Non-performance of a contract did not occur as a result of Form D: Qualification Form
Performing contractor default for the last 3 years.
Contracts1
Litigation History No consistent history of court/arbitral award decisions against Form D: Qualification Form
1
Non-performance, as decided by UNDP, shall include all contracts where (a) non-performance was not challenged by the contractor,
including through referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so
challenged but fully settled against the contractor. Non-performance shall not include contracts where Employers decision was
overruled by the dispute resolution mechanism. Non-performance must be based on all information on fully settled disputes or
litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective
contract and where all appeal instances available to the Bidder have been exhausted.
20
the Bidder for the last 3 years.

Previous Minimum 5 years of relevant experience. Form D: Qualification Form


Experience
Minimum 2 contracts of similar value, nature and complexity Form D: Qualification Form
implemented over the last 5years.
(For JV/Consortium/Association, all Parties cumulatively should
meet requirement).
Financial Standing Minimum average annual turnover of USD 160,000.00 for the Form D: Qualification Form
last 3 years.
(For JV/Consortium/Association, all Parties cumulatively should
meet requirement).
Bidder must demonstrate the current soundness of its financial Form D: Qualification Form
standing and indicate its prospective long-term profitability.
(For JV/Consortium/Association, all Parties cumulatively should
meet requirement).
Any additional criteria if required

21
Technical Evaluation Criteria
Summary of Technical Proposal Evaluation Forms Score Points
Weight Obtainable
1 Expertise of Firm / Organization 30% 300
2 Proposed Methodology, Approach and Implementation Plan 40% 400
3 Management Structure and Key Personnel 30% 300
  TOTAL 100% 1000

Technical Proposal Evaluation (FORM I)    


Points
Expertise of the Firm / Organization
Obtainable
1.1 Reputation of Organization and Staff / Credibility / Reliability / Industry 50
Standing
1.2 General Organizational Capability which is likely to affect implementation 90
  - Financial Stability
  - Loose consortium, Holding company or One firm
  - Age/size of the firm
  - Strength of the Project Management Support
  - Project Financing Capacity
  - Project Management Control
Extent to which any work would be subcontracted (subcontracting carries
1.3 additional risks which may affect project implementation, but properly done it 15
offers a chance to access specialized skills.)
1.4 Quality assurance procedure, warranty 25
1.5 Relevance of: 120
  - Specialized Knowledge
  - Experience on Similar Programme / Projects
  - Experience on Projects in the Region
  - Work for UNDP/ major multilateral/ or bilateral programmes
  SUB TOTAL 300
Technical Proposal Evaluation (FORM II)    
Proposed Methodology, Approach and Implementation Plan   
2.1 To what degree does the Proposer understand the task? 30
2.2 Have the important aspects of the task been addressed in sufficient detail? 25
2.3 Are the different components of the project adequately weighted relative to 20
one another?
2.4 Is the proposal based on a survey of the project environment and was this data 55
input properly used in the preparation of the proposal?
2.5 Is the conceptual framework adopted appropriate for the task? 65
2.6 Is the scope of task well defined and does it correspond to the TOR? 120
Is the presentation clear and is the sequence of activities and the planning
2.7 85
logical, realistic and promise efficient implementation to the project?
  SUB TOTAL 400
Technical Proposal Evaluation (FORM III)    
Management Structure and Key Personnel    
3.1 Task/Project Manager  
  General Qualification  
  Suitability for the Project  
  - International experience 25

22
  - Training experience 20
  - Professional experience in the area of specialization 45
  - Knowledge of region 30
  - Language qualification 20
  SUB TOTAL 140
3.2 Senior Expert(s) / Lead Consultant(s) /Team Leader (s)  
  General Qualification  
  Suitability for the project  
  - International experience 15
  - Training experience 15
  - Professional experience in the area of specialization 45
  - Knowledge of the region 25
  - Language qualification 20
  SUB TOTAL 120
3.3 Project Staff/ Associate Consultants  
  General Qualification  
  Suitability for the project  
  - International experience 5
  - Training experience 5
  - Professional experience in the area of specialization 10
  - Knowledge of the region 10
  - Language qualification 10
  SUB TOTAL 40
TOTAL (3.1+3.2+3.3) 300
  Aggregate 1000

23
Section 5. Terms of Reference
Terms of Reference (TOR)

Services/Work Description:Conduct National Corruption Perception Survey for Ethiopia


Project/Program Title: Governance and Democratic Participation Programme (GDPP) FEACC
SubProgramme
Duty Station:Addis Ababa
Type of the Contract:Contract for Professional Services (only national firm is eligible to apply)
Duration of the Assignment: 6 Months
Expected Start Date: As soon as possible

1. Background

Ethiopia is in the midst of a democratic transition in which the realization and noticeable actions to the
promises made in the fight against corruption plays a profound role to make the transition successful. The
transition of power within the ruling EPRDF coalition and the access to power of Prime Minister Dr. Abiy
Ahmed had sparked a new wave of hope across the country and the consequent bold action to crack-
down corruption and human rights violations made the public to expect more from the new leadership
and an added impetus in the fighting corruption. Further, there are high expectations from the people on
the new political leadership to set a vision for the country where transparency, accountability and
integrity are core pillars of the country’s development strategy.

Over the last few years, the issue of corruption has attracted renewed interest, both among the public and
policy makers. There are a number of reasons why this topic has come under fresh scrutiny. The need to
improve governance and fight corruption has recently gained prominence in Ethiopia as part of efforts to
ensure effective implementation of government development policies and to improve welfare of citizens.
While broader governance challenges continue to adversely impact development efforts, corruption and
rent-seeking practices remain major impediments to the achievement of development goals that Ethiopia
has committed nationally and globally.

Ethiopia has since 1990s implemented a number of civil service programme, including the establishment
of the Ethics and Anti-Corruption Commission (FEACC) in 2001. To extend and intensify the fight against
corruption throughout the country, since 2007, all regional states followed suit in passing laws and
establishing their own anti-corruption bodies. Today, all nine regional administrations have Regional
Ethics and Anti-Corruption Commissions (REACCs). The nine regional states represent diverse
demographic, socio-economic and geographical compositions and are bound to have an impact on the
level and form of corruption each region experiences.
Over the last eighteen years, the FEACC and REACCs have achieved significant results in educating,
preventing, investigating and prosecuting corruption. Millions of citizens have been educated on ethics
and integrity; thousands of corrupters have been investigated and prosecuted 2; an estimated value of
more than two Billion Birr has been returned to public treasury by confiscation through court orders. In
prevention realms, the working procedures of hundreds of public institutions and enterprises have been
studied to identify and address practices that are prone to corruption and remedial recommendations
2
FEACC investigation and prosecution power has been taken over by the act that establishes the Attorney General
(2016) and the power has been given to the federal police and federal attorney general respectively.
24
rendered to fill the observed loopholes. Additionally, more than 300,000 elected officials, political
appointees and eligible civil servants have been made to declare and register their assets throughout the
country to promote transparency and curb corruption in public institutions.

Despite these efforts, corruption practices seem to be on the ascendancy in Ethiopia. Ethiopia scored 34
points out of 100 on the 2018 Corruption Perceptions Index reported by Transparency International.
Corruption Index in Ethiopia averaged 29.28 Points from 2000 until 2018, reaching an all-time high of 35
Points in 2002 and a record low of 22 Points in 2005. These figures tell a long way to go in terms of
ensuring a transparent and accountable system of governance across all government structures and fully
mainstream ethics and integrity in the education system of the country in the move to create a generation
of public service and society that is accountable, responsive and transparent.

The coming to power of a new leadership within the EPRDF government brought fresh momentum to the
fight against corruption and prompting and ensuring integrity in the public sectors. A number of reform
programs are being implemented by the government to take the reform agenda forward. For example,
FEACC placement and line of responsibility has been changed and the commission is reporting and
accountable to the House of Peoples Representative (HOPR) of the FDRE 3. In line with the reform
programme and as part of the Commission’s plan to fully understand the nature and extent of corruption
in Ethiopia and to develop a baseline information for the purpose of measuring progress in anti-corruption
efforts in the country, the commission plans to conduct a national corruption perception survey taking
into account the politico and socio-economic situation of the country. The result of the survey is expected
to provide useful information on corruption dynamics, intensity and trends regarding corruption
throughout the country.
The FEACC conducted the second survey in 2011 and since then, there have not been other specific
surveys solely on the issue of corruption. The second survey contains diverse information on corruption
and provides a rich pool of information for a greater choice of focus for further study. According to the
second survey result, corruption is not considered as the topmost problems among a host of socio-
economic problems. Petty corruption is the most prevalent form of corruption and regional government
institutions, municipal offices, the judiciary and the police are mainly vulnerable to this form of corruption.
There is also lack of transparency and instances of corruption in the dealings of public institutions with
business enterprises as well as in areas such as customs clearance, taxes and revenue collection,
application and interpretation of regulations, as well as government procurement procedures. The public
service is also not free from abuse of authority, favouritism, ethnicity and nepotism in the recruitment and
promotion of employees despite the government commitment to combating corruption through the
various mechanisms and legislation that it had instituted. Those perceived assertion of the second survey
results may have persisted or declined or took a new form which is yet to be verified by the third survey.
The third survey will enable the Government of Ethiopia to be able to come up with appropriate and
effective policy/strategy and programmatic responses to corruption. The task will support the ongoing
anti-corruption endeavor of the federal and regional governments by identifying and analysing the
changes and new incidences revealed since the second survey in 2011 and to provide recommendations
for the government to pursue in combating corruption.

It is against this background that FEACC partners with UNDP through the Governance and Democratic
Participation Programme (GDPP) to conduct the national corruption perception survey and seeking a firm
level consultancy that would ensure a sound end product which can drive new policy/strategy

3
This is clearly stipulated in a proclamation (no. 1097/2018) issued to provide for the definition of the powers and
duties of the executive organs of the FEDRE.
25
development in the area of good governance and particularly, in the field of civil service reform and anti-
corruption.

2. Objectives and Scope of the Consultancy

Objective

The major objective of the perception survey is to determine the perceived level of corruption in Ethiopia
and promote public debates and drive demand for change on corruption.
The specific objectives of the assignment are to:
a) Identify the trend and status of corruption after the introduction of the second survey;
b) Review and determine comprehensiveness and effectiveness of existing ethics, integrity and
corruption prevention policies, strategies, mechanisms and systems;
c) Identify and determine the forms and causes of corruption that are most prevalent;
d) Identify sectors and institutions most affected by and prone to corruption and examine the extent,
level, type and nature of corruption;
e) Conduct a comparative analysis of the survey result with the previous corruption perception
survey; and
f) Propose interventions/strategies to enhance ethics, integrity and effectively combat corruption in
Ethiopia, building on international best practices.

Scope of Work

The consultancy requires to work closely with the FEACC and the relevant sectors to establish and
understand public perception and the cause of corruption in the country. The country is divided into nine
regional states and two city administrations and the consulting firm is required to collect sample data
from all. The sample size should be selected from across the country, ensuring representativeness in
terms of age, county, gender, social class, geographical location and rural-urban distribution. In addition,
the sample for the national corruption perception survey should be designed to provide estimates for
several indicators on the perception of corruption, identification of corrupt sectors at national and
regional levels for urban and rural areas, and for all nine regions and two city administrations.

In addition, the survey should assess the public perceptions and experiences with public service and public
service delivery in terms of trust, responsiveness, ethics, integrity and inclusiveness. Besides, it should
assess the drivers of corruption in public institutions, identify the forms and causes of corruption that are
rampant and determine sectors that are more corrupt thank the others.

This would further require engaging with the FEACC and relevant government bodies to generate
agreement on a final research methodology, including support to a broader user consultation event. The
assignment involves also conducting small scale pre-testing survey and large-scale piloting and to finalize
survey instruments and field manual in consultation with technical committee established for this
purpose4.

The consultant firm is expected to undertake stakeholder mapping and analysis; use a consultative
process and apply an appropriate tool to identify focus areas and develop appropriate questionnaires to
4
It is anticipated that a technical committee drawn from FEACC, CSA and UNDP will be established to follow up and
provide technical guidance and support at each stage of the assessment, appraise methodology and technical
approaches, review draft results, and appraise the result of the survey.
26
be used for data collection and analysis. The consultant firm is also expected to conduct desk study of
perception surveys related to corruption (example, attitude of the public towards the government/FEACC,
easy of doing business, transparency international report of corruption perceptions index) for developing
the methodology of the survey. The consultant firm is also expected to conduct desk study of public and
private institutions in Ethiopia to produce a list of institutions to focus on this national corruption
perception survey. Besides, the assignment requires to undertake institutional review of the key
institutions to determine the comprehensiveness and effectiveness of existing, integrity and corruption
prevention polices, strategies and mechanisms.

The assignment also involves to making a comparative analysis with the results of the 2011 national
corruption perception survey as well as assess the level of community participation in combating
corruption. The assignment also involves to making a comparative analysis with the results of the 2011
national corruption perception survey as well as assess the level of community participation in combating
corruption.

3. Approach and Methodology

The consultant will be required to develop a clear and rigorous methodology with the aim of achieving all
the set survey objectives and to deliver on the above-mentioned key tasks, and should include the
determination of the data sources, sampling techniques, sample selection, instruments and procedures of
data collection and process of data analysis and interpretation.

The survey instruments and procedures are expected to be prepared for different group of respondents.
Besides, the questionnaires will be prepared in English and official languages of the nine regions and two-
city administration consisting of highly structured response type and open-ended items for free response
from interviewers. In addition to defining the methodology, the consultant firm is expected to determine
the data sources, as mentioned above; select sample areas in nine regional states and two city
administrations and prepare questionnaires and select and train experts for data collection. Besides, the
sample areas should be both from urban and rural areas and both public and private sectors.

The survey should involve two phases; the pilot and full-scale survey. During the pilot survey, the
respondents and the distribution of the questionnaires shall be representative of the nine regions and two
city administrations in conjugation with the targeted entities as respondents. The consulting firm is also
expected to distribute and collect the questionnaires, analyze and produce a report. Based on the report,
the firm is also expected to conduct a workshop to identify special and unique challenges encountered in
conducting the survey and finally, make adjustment for the full-scale survey. In the full-scale survey, the
respondents and the distribution of the questionnaires will be as per the approved proposal which will be
jointly discussed and formulated.

In addition, the assignment involves desk-review and institutional review of the key institutions to
determine the comprehensiveness and effectiveness of existing ethics, integrity and corruption
prevention policies, strategies and mechanisms.

4. Expected Deliverables

i. Inception Report, which contains a comprehensive and time bounded work plan identifying the
roles of each team member carrying out the survey and the different phases of the survey and
detailed methodology (including the description of the methodologies and tools to be used in the

27
survey including sample size and questionnaire) and annotated outline of the final report, to be
submitted within two weeks of signing contract;

ii. Draft Pilot Survey Report, which contains the issues identified and how they should be addressed
during the full-scale survey including the inputs and comments of stakeholders from the
validation workshop, to be submitted within thirteen weeks of signing contract;

iii. Draft Full-Scale Survey Report divided into two section, the survey findings with
recommendations and response strategies for action, to be submitted within Twenty weeks of
signing contract;

iv. Validation Workshop, which would be organized by FEACC and UNDP, within Twenty-Two weeks
of signing contract;

v. Final Corruption Perception Survey Report – divided into two sections: survey report, containing
the inputs from the validation workshop and all the data and information of the survey and
response strategies to the survey findings and the final report is to be submitted both in hard
(colour print) and soft copies including the data set used in a separate annex and both in hard
and soft copy, within Twenty-Four weeks of signing contract.

5. Timeframe

The survey is expected to be undertaken for a duration of 4 months over a period of 6 months from the
date of signing the contract. It is envisaged that implementation of this assignment commences as soon
as possible.

6. Firm experience

The consulting firm required for this assignment should have a mix of expertise in statistics, public
administration, psychology, sociology, public policy and economics (related social science area), with a
minimum of five years of experience in conducting research and preparation of analytical survey reports.
The Consulting team should have a minimum of 3 experts comprising a project manager, team leader and
associate consultant.
The team members are expected to fulfil the following qualification and experience:
 Master’s degree in a relevant field (i.e. statistics, public administration, public policy, Economics,
Psychology and related social science areas). PhD qualification is highly preferred for the manager
and team leaders;
 Have at least 7 years of professional experience in the field of statistical and data management,
survey research and analysis;
 Substantive experience of conducting quantitative research;
 Experience working directly with governments conducting surveys;
 Experience working with national statistics agency or similar research institutions;
 Experience in training and capacity development of government staff for surveys;
 Experience leading research project teams and/or working with local partner organizations;
 Experience in designing, conducting or overseeing good governance survey and civil service reform;
 Experience in Africa is a strong advantage,

28
Competencies:
 Fluency in both Amharic and English languages;
 Sound communication skills both verbal and writing;
 High cultural sensitivity needed;
 Assessment, analytical, statistical and planning skills;
 Strong presentation and facilitation skills; and
 Flexibility and adaptability to work in/with a varied team across multiple office and cultures.

7. Institutional Arrangement and Reporting Relationship

A technical committee drawn from FEACC, MoF, OAG, OFAG, FIC, CSC, FP, CSA and UNDP will be
established to provide technical guidance. The technical committee will also be assisted by an
international expert in conceptualizing the survey, review and provide feedbacks on inception report and
research methodologies and data collection instruments. This consultancy assignment will be jointly
managed by a core team drawn from the FEACC and UNDP. The contract administration, coordination,
and technical follow-up will be managed by FEACC and UNDP. The technical committee will provide
technical advice and support at each stage of the assessment, appraise methodology and technical
approaches, review draft results, and appraise and approve the results of the survey. The survey will also
be enriched by comments from FEACC and UNDP experts.

8. Payment Milestones and Authority

Payment for this consultancy service will be undertaken based on the following condition:
i. Submission and approval of inception report with detailed methodology and work plan (10%);
ii. Submission and approval of draft full-scale survey report: Divided into two section: Survey
findings and recommendations and response strategies for action (40%);
iii. Submission and approval of draft full-scale survey report: with the inputs and comments of
stakeholders (20 %); and
iv. Submission and approval of final corruption survey report containing all the data and information
needed (30%).
Note that final payment is dependent on the completion of all the tasks as well as hand-over notes and
submission of all the deliverables and subsequent approval of the core team drawn from FEACC and
UNDP.

9. Confidentiality and Proprietary Interests

The information collected, and the resulting findings shall be the property of FEACC and UNDP shall not be
disclosed/ revealed to any third party without express permission of the FEACC/UNDP. The Consultant
shall not either during the term or after termination of the assignment, disclose any proprietary or
confidential information related to the consultancy or the Government without prior written consent.
Proprietary interests on all materials and documents prepared by the consultants under the assignment
shall become and remain properties of the Government of Ethiopia/FEACC.
Data collected for the study is the property of the Government of Ethiopia/FEACC. Master versions of the
data, coding protocols and programming code permitting replication of results of core survey reports will
be kept by the FEACC.

10. Logistical Support


29
 FEACC will ensure that the Consultancy Firm receives access to all sectors where they need to go
for data collection.
 The consulting firm will not be provided with lodging and/or meals or DSA during any field visits
for the survey.
 The consulting firm will not be provided with office space. The firm should be working from their
own office facility in Addis Ababa and travel whenever needed for data collection using the
company’s own arrangement.
 The consulting firm should provide his/her own materials, i.e. computer, required software
packages, get the relevant data for the analysis, office supplies, etc.

11. Evaluation Criteria

Upon the advertisement of the Procurement Notice, qualified Consultancy Firm is expected to submit
both the Technical and Financial Proposals. Accordingly, the firm will be evaluated based on Cumulative
Analysis as per the following conditions:
 Responsive/compliant/acceptable as per the Instruction to Bidders (ITB) of the Standard Bid
Document (SBD), and
 Having received the highest score out of a pre-determined set of weighted technical and financial
criteria specific to the solicitation. In this regard, the respective weight of the proposals are:
A. Technical Criteria weight is 70%
B. Financial Criteria weight is 30%

30
Section 6: Returnable Bidding Forms / Checklist

This form serves as a checklist for preparation of your Proposal. Please complete the Returnable Bidding
Forms in accordance with the instructions in the forms and return them as part of your Proposal submission.
No alteration to format of forms shall be permitted and no substitution shall be accepted.

Before submitting your Proposal, please ensure compliance with the Proposal Submission instructions of
the BDS 22.

Technical Proposal:
Have you duly completed all the Returnable Bidding Forms?
 Form A: Technical Proposal Submission Form ☐
 Form B: Bidder Information Form ☐
 Form C: Joint Venture/Consortium/Association Information Form ☐
 Form D: Qualification Form ☐
 Form E: Format of Technical Proposal ☐
 Form H: Proposal Security Form (if required by the Bid Document ONLY) ☐
 [Add other forms as necessary] ☐
Have you provided the required documents to establish compliance with the

evaluation criteria in Section 4?

Financial Proposal
(Must be submitted in a separate attachment/password protected email)
 Form F: Financial Proposal Submission Form ☐
 Form G: Financial Proposal Form ☐

31
Form A: Technical Proposal Submission Form

Name of Bidder: [Insert Name of Bidder] Date: Select date

RFP reference: [Insert RFP Reference Number]

We, the undersigned, offer to provide the services for [Insert Title of services] in accordance with your
Request for Proposal No. [Insert RFP Reference Number]and our Proposal. We are hereby submitting our
Proposal, which includes this Technical Proposal and our Financial Proposal sealed under a separate
envelope.

We hereby declare that our firm, its affiliates or subsidiaries or employees, including any JV/Consortium
/Association members or subcontractors or suppliers for any part of the contract:

a) is not under procurement prohibition by the United Nations, including but not limited to
prohibitions derived from the Compendium of United Nations Security Council Sanctions Lists;
b) have not been suspended, debarred, sanctioned or otherwise identified as ineligible by any UN
Organization or the World Bank Group or any other international Organization;
c) have no conflict of interest in accordance with Instruction to Bidders Clause 4;
d) do not employ, or anticipate employing, any person(s) who is, or has been a UN staff member
within the last year, if said UN staff member has or had prior professional dealings with our firm in
his/her capacity as UN staff member within the last three years of service with the UN (in
accordance with UN post-employment restrictions published in ST/SGB/2006/15);
e) have not declared bankruptcy, are not involved in bankruptcy or receivership proceedings, and
there is no judgment or pending legal action against them that could impair their operations in the
foreseeable future;
f) undertake not to engage in proscribed practices, including but not limited to corruption, fraud,
coercion, collusion, obstruction, or any other unethical practice, with the UN or any other party, and
to conduct business in a manner that averts any financial, operational, reputational or other undue
risk to the UN and we embrace the principles of the United Nations Supplier Code of Conduct and
adhere to the principles of the United Nations Global Compact.
We declare that all the information and statements made in this Proposal are true and we accept that any
misinterpretation or misrepresentation contained in this Proposal may lead to our disqualification and/or
sanctioning by the UNDP.

We offer to provide services in conformity with the Bidding documents, including the UNDP General
Conditions of Contract and in accordance with the Terms of Reference

Our Proposal shall be valid and remain binding upon us for the period of time specified in the Bid Data
Sheet.

We understand and recognize that you are not bound to accept any Proposal you receive.

I, the undersigned, certify that I am duly authorized by [Insert Name of Bidder] to sign this Proposal and
bind it should UNDP accept this Proposal.

Name: _____________________________________________________________

Title: _____________________________________________________________

Date: _____________________________________________________________

32
Signature: _____________________________________________________________

[Stamp with official stamp of the Bidder]

33
Form B: BidderInformation Form

Legal name of Bidder [Complete]

Legal address [Complete]

Year of registration [Complete]

Bidder’s Authorized Representative Name and Title: [Complete]


Information Telephonenumbers: [Complete]
Email: [Complete]

Are you a UNGM registered vendor? ☐ Yes ☐ No If yes, [insert UGNM vendor number]

Are you a UNDP vendor? ☐ Yes ☐ No If yes, [insert UNDP vendor number]

Countries of operation [Complete]

No. of full-time employees [Complete]

Quality Assurance Certification (e.g. [Complete]


ISO 9000 or Equivalent) (If yes, provide
a Copy of the valid Certificate):

Does your Company hold any [Complete]


accreditation such as ISO 14001
related to the environment? (If yes,
provide a Copy of the valid Certificate):

Does your Company have a written [Complete]


Statement of its Environmental
Policy? (If yes, provide a Copy)

Contact person UNDP may contact Name and Title: [Complete]


for requests for clarification during Telephone numbers: [Complete]
Proposal evaluation Email: [Complete]
Please attach the following  Company Profile, which should not exceed fifteen (15)
documents: pages, including printed brochures and product catalogues
relevant to the goods/services being procured
 Certificate of Incorporation/ Business Registration

 Tax Registration/Payment Certificate issued by the Internal


Revenue Authority evidencing that the Bidder is updated
with its tax payment obligations, or Certificate of Tax
exemption, if any such privilege is enjoyed by the Bidder
 Trade name registration papers, if applicable
 Local Government permit to locate and operate in
assignment location, if applicable
 Official Letter of Appointment as local representative, if
Bidder is submitting a Bid in behalf of an entity located
outside the country
 Power of Attorney

34
Form C: Joint Venture/Consortium/Association Information Form

Name of Bidder: [Insert Name of Bidder] Date: Select date

RFP reference: [Insert RFP Reference Number]

To be completed and returned with your Proposal if the Proposal is submitted as a Joint
Venture/Consortium/Association.

No Name of Partner and contact information Proposed proportion of responsibilities (in


(address, telephone numbers, fax numbers, e-mail address) %) and type of services to be performed

1 [Complete] [Complete]

2 [Complete] [Complete]

3 [Complete] [Complete]

Name of leading partner

(with authority to bind the JV, Consortium,


Association during the RFP process and, in [Complete]
the event a Contract is awarded, during
contract execution)

We have attached a copy of the below document signed by every partner, which details the likely legal
structure of and the confirmation of joint and severable liability of the members of the said joint venture:

☐Letter of intent to form a joint venture OR ☐JV/Consortium/Association agreement

We hereby confirm that if the contract is awarded, all parties of the Joint Venture/Consortium/Association
shall be jointly and severally liable to UNDP for the fulfillment of the provisions of the Contract.

Name of partner: ___________________________________ Name of partner: ___________________________________

Signature: ______________________________ Signature: _______________________________

Date: ___________________________________ Date: ___________________________________

Name of partner: ___________________________________ Name of partner: ___________________________________

Signature: ______________________________ Signature: _______________________________

Date: ___________________________________ Date: ___________________________________

35
Form D: QualificationForm

Name of Bidder: [Insert Name of Bidder] Date: Select date

RFP reference: [Insert RFP Reference Number]

If JV/Consortium/Association, to be completed by each partner.

Historical Contract Non-Performance


☐ Contract non-performance did not occur for the last 3 years
☐ Contract(s) not performed for the last 3 years
Year Non- performed Contract Identification Total Contract Amount
portion of (current value in US$)
contract

Name of Client:

Address of Client:

Reason(s) for non-performance:

Litigation History(including pending litigation)


☐ No litigation history for the last 3 years
☐Litigation History as indicated below
Year of Amount in Contract Identification Total Contract Amount
dispute dispute (in US$) (current value in US$)

Name of Client:

Address of Client:

Matter in dispute:

Party who initiated the dispute:

Status of dispute:

Party awarded if resolved:

Previous Relevant Experience


36
Please list only previous similar assignments successfully completed in the last 3 years.

List only those assignments for which the Bidder was legally contracted or sub-contracted by the Client as a
company or was one of the Consortium/JV partners. Assignments completed by the Bidder’s individual
experts working privately or through other firms cannot be claimed as the relevant experience of the Bidder,
or that of the Bidder’s partners or sub-consultants, but can be claimed by the Experts themselves in their
CVs. The Bidder should be prepared to substantiate the claimed experience by presenting copies of relevant
documents and references if so requested by UNDP.

Project name & Client & Reference Contract Period of Types of activities
Country of Contact Details Value activity and undertaken
Assignment status

Bidders may also attach their own Project Data Sheets with more details for assignments above.

☐ Attached are the Statements of Satisfactory Performance from the Top 3 (three) Clients or more.

Financial Standing

Annual Turnover for the last 3 years Year       USD      
Year       USD      
Year       USD      

Latest Credit Rating (if any), indicate the


source

Financial information Historic information for the last 3 years


(in US$ equivalent)
Year 1 Year 2 Year 3
Information from Balance Sheet
Total Assets (TA)
Total Liabilities (TL)
Current Assets (CA)
CurrentLiabilities (CL)
Information from Income Statement
Total / Gross Revenue (TR)
Profits Before Taxes (PBT)
Net Profit
Current Ratio

37
☐ Attached are copies of the audited financial statements (balance sheets, including all related notes, and
income statements) for the years required above complying with the following condition:

a) Must reflect the financial situation of the Bidder or party to a JV, and not sister or parent
companies;
b) Historic financial statements must be audited by a certified public accountant;
c) Historic financial statements must correspond to accounting periods already completed and
audited. No statements for partial periods shall be accepted.

38
Form E: Format ofTechnical Proposal

Name of Bidder: [Insert Name of Bidder] Date: Select date

RFP reference: [Insert RFP Reference Number]

The Bidder’s proposal should be organized to follow this format of Technical Proposal. Where the bidder is
presented with a requirement or asked to use a specific approach, the bidder must not only state its
acceptance, but also describe how it intends to comply with the requirements. Where a descriptive response
is requested, failure to provide the same will be viewed as non-responsive.

SECTION 1: Bidder’s qualification, capacity and expertise

1.1 Brief description of the organization, including the year and country of incorporation, and types of
activities undertaken.
1.2 General organizational capability which is likely to affect implementation: management structure,
financial stability and project financing capacity, project management controls, extent to which any
work would be subcontracted (if so, provide details).
1.3 Relevance of specialized knowledge and experience on similar engagements done in the
region/country.
1.4 Quality assurance procedures and risk mitigation measures.
1.5 Organization’s commitment to sustainability.

SECTION 2: Proposed Methodology, Approach and Implementation Plan

This section should demonstrate the bidder’s responsiveness to the TOR by identifying the specific
components proposed, addressing the requirements, providing a detailed description of the essential
performance characteristics proposed and demonstrating how the proposed approach and methodology
meets or exceeds the requirements.All important aspects should be addressed in sufficient detail and
different components of the project should be adequately weighted relative to one another.
2.1 A detailed description of the approach and methodology for how the Bidder will achieve the Terms of
Reference of the project, keeping in mind the appropriateness to local conditions and project
environment.Details how the different service elements shall be organized, controlled and delivered.
2.2 The methodology shall also include details of the Bidder’s internal technical and quality assurance
review mechanisms.
2.3 Explain whether any work would be subcontracted, to whom, how much percentage of the work, the
rationale for such, and the roles of the proposed sub-contractors and how everyone will function as a
team.
2.4 Description of available performance monitoring and evaluation mechanisms and tools; how they
shall be adopted and used for a specific requirement.
2.5 Implementation plan including a Gantt Chart or Project Schedule indicating the detailed sequence of
activities that will be undertaken and their corresponding timing.
2.6 Demonstrate how you plan to integrate sustainability measures in the execution of the contract.
2.7 Any other comments or information regarding the project approach and methodology that will be
adopted.

39
SECTION 2A: Bidder’s Comments and Suggestions on the Terms of Reference

Provide comments and suggestions on the Terms of Reference, or additional services that will be rendered
beyond the requirements of the TOR, if any.

SECTION 3: Management Structure and Key Personnel

3.1 Describe the overall management approach toward planning and implementing the project. Include
an organization chart for the management of the project describing the relationship of key positions
and designations. Provide a spreadsheet to show the activities of each personnel and the time
allocated for his/her involvement.
3.2 Provide CVs for key personnel that will be provided to support the implementation of this project
using the format below. CVs should demonstrate qualifications in areas relevant to the Scope of
Services.

Format for CV of Proposed Key Personnel


Name ofPersonnel [Insert]
Position for this
[Insert]
assignment
Nationality [Insert]

Language proficiency [Insert]


[Summarize college/university and other specialized education of personnel member, giving
Education/ names of schools, dates attended, and degrees/qualifications obtained.]
Qualifications
[Insert]
[Provide details of professional certifications relevant to the scope of services]
Professional
 Name of institution: [Insert]
certifications
 Date of certification: [Insert]
[List all positions held by personnel (starting with present position, list in reverse
order), giving dates, names of employing organization, title of position held and
location of employment. For experience in last five years, detail the type of
Employment Record/
activities performed, degree of responsibilities, location of assignments and any
Experience other information or professional experience considered pertinent for this
assignment.]

[Insert]
[Provide names, addresses, phone and email contact information for two (2)
references]
Reference 1:
References
[Insert]

Reference 2:
[Insert]

I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe my
qualifications, my experiences, and other relevant information about myself.

________________________________________ ___________________
Signature of Personnel Date (Day/Month/Year)

40
Form F: Financial Proposal Submission Form

Name of Bidder: [Insert Name of Bidder] Date: Select date

RFP reference: [Insert RFP Reference Number]

We, the undersigned, offer to provide the services for [Insert Title of services] in accordance with your
Request for Proposal No. [Insert RFP Reference Number]and our Proposal. We are hereby submitting our
Proposal, which includes this Technical Proposal and our Financial Proposal sealed under a separate
envelope.

Our attached Financial Proposal is for the sum of [Insert amount in words and figures].

Our Proposal shall be valid and remain binding upon us for the period of time specified in the Bid Data
Sheet.

We understand you are not bound to accept any Proposal you receive.

Name: _____________________________________________________________

Title: _____________________________________________________________

Date: _____________________________________________________________

Signature: _____________________________________________________________

[Stamp with official stamp of the Bidder]

41
Form G: Financial ProposalForm

Name of Bidder: [Insert Name of Bidder] Date: Select date

RFP reference: [Insert RFP Reference Number]


The Bidder is required to prepare the Financial Proposal following the below format and submit it in an
envelope separate from the Technical Proposal as indicated in the Instruction to Bidders. Any Financial
information provided in the Technical Proposal shall lead to Bidder’s disqualification.

The Financial Proposal should align with the requirements in the Terms of Reference and the Bidder’s
Technical Proposal.

Currency of the proposal:ETB

Table 1: Summary of Overall Prices


I. BREAKDOWN OF COST BY COMPONENTS:

Cost Components Remuneration Total Period No. of Total Rate


per Unit of of Personnel in ETB (Lump
Time Engagement Sum,All
Inclusive)

Personnel costs

Professional Fees for:

1. Project Manager
2. Team Leader
3. Associate Consultant
4. Others [pls. specify]
Duty Travel

Vichele/Round Trip Airfares [if you find


it applicable]

Living Allowance [if you find it


applicable]

Travel Insurance [if you find it


applicable]

Terminal Expenses [if you find it


applicable]

Others [pls. specify]

AGGREGATE AMOUNT in ETB


inclusive of 15% VAT

Amount in Words: [Insert the total amount in words]


II. BREAKDOWN OF COST BY DELIVERABLES*
The Proposers are requested to provide the cost breakdown for the above given prices for each
deliverable based on the following format. UNDP shall use the cost breakdown for the price
reasonability assessment purposes as well as the calculation of price in the event that both
parties have agreed to add new deliverables to the scope of Services.

SN Deliverables Percentage of Price in ETB


Total Price
[list them as referred to in the TOR] (Weight for
(Lump Sum, All
Inclusive)
payment)

1 Submission and approval of inception report with


10%
detailed methodology and work plan

2 Submission and approval of draft full-scale survey


report: Divided into two section: Survey findings and 40%
recommendations and response strategies for action
3 Submission and approval of draft full-scale survey 20%
report: with the inputs and comments of stakeholders
4 Submission and approval of final corruption survey 30%
report containing all the data and information needed
Total Amount in ETB inclusive of 15% VAT 100%

*Basis for payment tranches

43
Form H: Form ofProposal Security(if ONLY required by the Bid Document)

Proposal Security must be issued using the official letterhead of the Issuing Bank.
Except for indicated fields, no changes may be made on this template.

To: UNDP

[Insert contact information as provided in Data Sheet]

WHEREAS [Name and address of Bidder](hereinafter called “the Bidder”) has submitted a Proposal
to UNDP dated Click here to enter a date. to execute Services [Insert Title of Services] (hereinafter called
“the Proposal”):

AND WHEREAS it has been stipulated by you that the Bidder shall furnish you with a Bank
Guarantee by a recognized bank for the sum specified therein as security in the event that the Bidder:

a) Fails to sign the Contract after UNDP has awarded it;


b) Withdraws its Proposal after the date of the opening of the Proposals;
c) Fails to comply with UNDP’s variation of requirement, as per RFP instructions; or
d) Fails to furnish Performance Security, insurances, or other documents that UNDP may require as a
condition to rendering the contract effective.

AND WHEREAS we have agreed to give the Bidder such this Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of
the Bidder, up to a total of [amount of guarantee] [in words and numbers], such sum being payable in the
types and proportions of currencies in which the Price Proposal is payable, and we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the limits of
[amount of guarantee as aforesaid] without your needing to prove or to show grounds or reasons for your
demand for the sum specified therein.

This guarantee shall be valid up to 30 days after the final date of validity of bids.

SIGNATURE AND SEAL OF THE GUARANTOR BANK

Signature: _____________________________________________________________

Name: _____________________________________________________________

Title: _____________________________________________________________

Date: _____________________________________________________________

Name of Bank __________________________________________________________

Address ________________________________________________________________
[Stamp with official stamp of the Bank]

44

You might also like