View Notice

Individual Consultant in Agricultural Sector
Procurement Process :IC - Individual contractor
Office :UNDPCountry Office - PHILIPPINES
Deadline :13-Nov-14
Posted on :29-Oct-14
Development Area :CONSULTANTS  CONSULTANTS
Reference Number :19014
Documents :
Confirmation of Interest and Submission of Financial Proposal
UNDP General Conditions for IC
Terms of Reference
Overview :

Project Title and Number

Philippines: Climate Change Capacity Building Project in the Framework of the Low-Emission Capacity Building Programme (LECB PHL Project). Project ID No. 00079132.

Project Description

The Philippines is one of the participating countries in a global Low Emission Capacity Building Programme focused on climate change capacity building for low emission development, primarily of the public sector. The global programme is supported by the UNDP with funding assistance from EU, Germany and Australia over a four-year period.

The Programme is being undertaken in the Philippines through the Low Emission Capacity Building Philippines Project (LECB PHL Project).  It is executed by UNDP Philippine Country Office with the Climate Change Commission (CCC) as Implementing Partner. The project which commenced in 2012 is expected to run in a span of 2 years, i.e., until the end of December 2014.

The expected outcomes of the project are as follows:

  1. Outcome No. 1 - Robust national system for preparation of GHG emission inventories have been established at a national level;
  2. Outcome No. 2 - Nationally Appropriate Mitigation Actions (NAMAs) and/or Low Emission Development Strategies (LEDS) sectoral road maps have been formulated within the context of national development priorities; and  
  3. Outcome No. 3 - Measurable, Reportable and Verifiable (MRV) systems have been designed to support implementation and evaluation of NAMAs and/or LEDS sectoral road maps.  

C. Scope of Work

  • Environmental Scanning/Scoping Study  
  • Visioning Activity  
  • Strategy Setting or Formulation
  • Evaluation and selection of strategy Options
  • Actions Plans
  • Institutional Strengthening
  • Monitoring and Evaluation Program
  • Launching of the Strategy  

D.        Expected Outputs

Based on the aforementioned Scope of Work, the Contractor has the following specific deliverables:

1. Inception Report

2. 1st Interim Report

  • Environmental Scanning/Scoping Study;
  • Visioning Activity; and
  • Strategy Setting or Formulation.

3. 2nd Interim Report

  • Evaluation and Selection of Strategy Options;
  • Action Plans;
  • Institutional Strengthening;
  • Monitoring and Evaluation Framework; and
  • Plans and programs for the launching of the Strategy.

4. Draft Final Report

  • Result of the national Launching of the Strategy; and
  • Final version of the work/output/deliverables including hard and soft copies of data and information materials.

5. Final Report

E. Duration of Work

The Contractor shall be engaged for a period of four (4) months over a period of six (6) months.

F.     Duty Station

The Contractor should be based in Manila for accessibility and availability should discussions/reporting on progress of activities is required by either the CCC or UNDP. Domestic travel contingent upon the scope of work may be required.

G.       Qualifications and Experience

            The Contractor should have successfully executed at least one similar contract (i.e., policy or strategy development, GHG inventory, climate change mitigation) within the last 5 years. The Contractor shall also demonstrate that he/she meets the following requirements:

1.             Degree in agriculture, industrial engineering, energy engineering, environmental planning, environmental science, social sciences, human resources, or related field.  Advance or graduate degrees are preferable;

2.             At least 5 years work experiences on climate change mitigation, GHG inventory and/or projects related to capacity building or institutional strengthening;

3.             Strong familiarity with environmental laws and regulations, planning processes and regulations at the national, subnational and local levels;

4.             Familiarity with international climate change negotiations issues would be an advantage; and,

5.             Strong communication skills, including demonstrated written and presentation skills and the capacity to relate to both internal and external constituencies of the project.

H.      Scope of Bid Price and Schedule of Payments

The contract price is all-inclusive, fixed and output-based regardless of extension of the herein specific duration. The Contractor shall receive payments based on the following schedule:

1.       10% upon signing of contract;

2.       10% upon submission and acceptance of  the Inception Report;

3.       15% upon submission and acceptance of the First Interim Report;

4.       15% upon submission and acceptance of the Second Interim Report;

5.       20% upon submission and acceptance of the Draft Final Report; and

6.       30% upon submission and acceptance of the Final Report.

I.              Presentation of Proposal

  1. The bid proposal should contain at least the following:
  2. Personal CV indicating all past work experiences from similar or related projects;
  3. Understanding of the TOR;
  4. Plan of Approach and Methodology;
  5. Allocation of Resources/Facilities/Logistical Requirements; and
  6. Implementation Schedule (Gantt Chart or PERT/CPM)
  7. Financial proposal indicating all-inclusive fixed contract price, supported by a breakdown of costs.

I.              Criteria for Evaluation of Proposal

A.      Qualifications/methodology – 70%

  • Track record of the Contractor in undertaking similar/related work – 20%
  • Practicality and appropriateness of the approach and methodology – 30%  
  • Qualifications of the Contractor – 20%

B. Financial Proposal 30%

 

A more detailed Terms of References (TOR) is attached in the notice, for your reference. Interested individuals are required to submit their CV, financial proposal (using the template) attached to this notice on or before 13 November 2014 on the address below:

 

 

United Nations Development Programme

 

 

30th Floor, Yuchengco Tower, RCBC Plaza, 6819 Ayala Avenue corner Sen. Gil Puyat Avenue, Makati City

 

 

+63 2 9010200/8897177

 

 

procurement.ph@undp.org/registry.ph@undp.org