Terminal Evaluator NAPA 2 Tuvalu (примерный перевод: Терминальный оценщик NAPA 2 Тувалу) (Фиджи - Тендер #4266974) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Фиджи (другие тендеры и закупки Фиджи) Организатор тендера: United Nations Procurement Notices (UNDP) Номер конкурса: 4266974 Дата публикации: 06-12-2018 Источник тендера: Тендеры Организации Объединенных Наций |
||
Terminal Evaluator NAPA 2 Tuvalu | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|
Procurement Process : | RFP - Request for proposal | |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Office : | UNDP Pacific - FIJI | |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Deadline : | 21-Dec-18 | |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Posted on : | 06-Dec-18 | |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Development Area : | CONSULTANTS | |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Reference Number : | 52112 | |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Link to Atlas Project : 00073054 - Tuvalu NAPA-2 |
||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Documents : |
||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Overview :
Position Title: Terminal Evaluator Location: Home-based and selected duty station Duration of contract: 27 days within 12 weeks period Application closure date: 21st December 2018 Starting date: December 2018 Completion date: March 2019 Consultancy Proposal should be mailed to C/- UNDP Fiji MCO, Private Mail Bag, Suva, Fiji or sent via email to etenderbox.pacific@undp.org no later than 21st December , 2018 (Fiji Time) clearly stating the title of consultancy applied for. Any proposals received after this date/time will not be accepted. Any request for clarification must be sent in writing, or by standard electronic communication to procurement.fj@undp.org. UNDP will respond in writing or by standard electronic mail and will send written copies of the response, including an explanation of the query without identifying the source of inquiry, to all consultants. Incomplete, late and joint proposals will not be considered and only offers for which there is further interest will be contacted. Failure to submit your application as stated as per the application submission guide (Procurement Notice) on the above link will be considered incomplete and therefore application will not be considered.INTRODUCTION In accordance with UNDP and GEF M&E policies and procedures, all full and medium-sized UNDP support GEF financed projects are required to undergo a terminal evaluation upon completion of implementation. These terms of reference (TOR) sets out the expectations for a Terminal Evaluation (TE) of the Effective and responsive island-level governance to secure and diversify climate resilient marine-based coastal livelihoods and enhance climate hazard response capacity (PIMS# 4541.). This Project is commonly referred to as the NAPA 2 Project. The essentials of the project to be evaluated are as follows:
The NAPA 2 Project focusses on implementing three such priorities outlined in its NAPA, namely “strengthening of community-based conservation programmes on highly vulnerable near-shore marine ecosystems,” “adaptation to near-shore coastal shellfish fisheries resources and coral reef ecosystem productivity,” and “strengthening community disaster preparedness and response potential.” These priorities are addressed through the following interlinked Components: Component 1 includes activities for building resilience in marine-based livelihoods to climate impacts through an integrated package of measures that seek to enhance traditional fishing practices and food preservation techniques, facilitate a shift in fishing practices from vulnerable reef resources to more resilient pelagic resources, and strengthen community management of reef resources. These adaptation measures are supported by targeted education, awareness raising and information exchange. Component 2: Disaster risk management focusses on improving access to disaster early warning systems for people on outer islands. This will include establishing multiple communication channels, both at the national and outer island levels, to ensure reliable communications in the face of intensifying cyclone events in a changing climate and building community capacity to take advantage of the improved communication systems. Component 3 focusses on integrating locally-specific climate change concerns into existing outer Island Strategic Plans and building capacities of outer island administrations and communities to identify, budget, execute and monitor adaptation investments that are financed by domestic and external resources. This will be supplemented by enhanced awareness among the central government agencies about their existing domestic expenditures on climate sensitive sectors and the adaptation gaps. It is expected that enhanced capacity to guide the future adaptation financing at the outer island level using the climate-smart Island Strategic Plans and to identify gaps and potential adaptation financing at the national level will enable the Government of Tuvalu to effectively combine and sequence available resources to reduce the vulnerability of the country to the impacts of climate change. The Department of the Environment under the Ministry of Foreign Affairs, Environment, Trade, Labour and Tourism is response for execution of this Project. Component 1 is executed through the Department of Fisheries (Ministry of Natural Resources) whilst Component 3 is executed by the Department of Rural Development (Name of Ministry of Home Affairs and Rural Development). Quarterly reporting both financial and narrative are submitted through the Department of Environment to the UNDP Pacific Office based in Suva. The TE will be conducted according to the guidance, rules and procedures established by UNDP and GEF as reflected in the UNDP Evaluation Guidance for GEF Financed Projects. The objectives of the evaluation are to assess the achievement of project results, and to draw lessons that can both improve the sustainability of benefits from this project, and aid in the overall enhancement of UNDP programming. the consultant The consultant shall have prior experience in evaluating similar projects. Experience with GEF financed projects is an advantage. The evaluator selected should not have participated in the project preparation and/or implementation and should not have conflict of interest with project related activities. The consultant must present the following Qualifications:
Experience/Attributes
Evaluation Criteria Cumulative analysis The award of the contract shall be made to the individual consultant whose offer has been evaluated and determined as a) responsive/compliant/acceptable; and b) having received the highest score out of set of weighted technical criteria (70%). and financial criteria (30%). Financial score shall be computed as a ratio of the proposal being evaluated and the lowest priced proposal received by UNDP for the assignment.
Only candidates obtaining a minimum of 49 points (70% of the total technical points) would be considered for the Financial Evaluation. Proposal Submission Offerors must send the following documents.
Cover letter setting out: A statement of how the applicant meets the qualifications and experience requirements. iii) Completed template for confirmation of Interest and Submission of Financial Proposal Consultant must send a financial proposal based on a Lump Sum Amount. The total amount quoted shall be all-inclusive and include all costs components required to perform the deliverables identified in the TOR, including professional fee, travel costs, living allowance (if any work is to be done outside the IC´s duty station) and any other applicable cost to be incurred by the IC in completing the assignment. The contract price will be fixed output-based price regardless of extension of the herein specified duration. Payments will be done upon completion of the deliverables/outputs. In general, UNDP shall not accept travel costs exceeding those of an economy class ticket. Should the IC wish to travel on a higher class he/she should do so using their own resources In the event of unforeseeable travel not anticipated in this TOR, payment of travel costs including tickets, lodging and terminal expenses should be agreed upon, between the respective business unit and the Individual Consultant, prior to travel and will be reimbursed. The DETAILED Terms of Reference and Template for confirmation of interest and Submission of Financial Proposal is available under the procurement section of UNDP Fiji website ( ) |