Consultant for Biodiversity Friendly Enterprises (BDFE) - (National Consultant)
Procurement Process
IC - Individual contractor
Office
UNDP Country Office - PHILIPPINES
Deadline
29-Mar-19
Published on
07-Mar-19
Reference Number
53881
Documents
P11 - Personal History Form2018 Individual Contract_Offerors Letter to UNDP Confirming Interest and Availability
General Terms and Conditions for Individual Contractors
Terms of Reference
Overview
TERMS OF REFERENCE
Biodiversity Friendly Enterprises (BDFE) Consultant Phase II Davao Gulf
A. Project Title
Strengthening Marine Protected Areas to Conserve Marine Key Biodiversity Areas
B. Project Description
The project “Strengthening the Marine Protected Areas to Conserve Marine Key Biodiversity Areas in the Philippines” or SMARTSeas PH, being supported by UNDP and GEF, is currently implemented through the Biodiversity Management Bureau of Department of Environment and Natural Resources. The Project covers five (5) demonstration sites:Southern Palawan [SP]; Tanon Strait Protected Seascape [TSPS]; Verde Island Passage [VIP]; Lanuza Bay [LB] and Davao Gulf [DG].Project interventions are implemented in collaboration with Local Responsible Partners [LRPs] on site, namely:National Fisheries Research and Development Institute [NFRDI] for SP; Rare Philippines for TSPS; Conservation International Philippines Foundation, Inc. for VIP; Haribon Foundation for LB and Kabang Kalikasan sa Pilipinas Foundation, Inc for DG.PMU is also collaborating with Provincial Agriculture Office for Oriental Mindoro [PAgO] for ecotourism potentials in their better managed MPAs.
The project seeks to accelerate the establishment of marine protected areas (MPAs) and marine protected area networks (MPANs) to include more key marine biodiversity areas and improve MPA/MPAN management effectiveness to reduce the rapid degradation of marine and coastal habitats and alarming biodiversity loss.
Outcome 2 of the project (Improved Financial Sustainability of MPAs and MPANs), interventions at the national, MPAN, and individual MPA level aims to promote cost efficiencies and cost effectiveness in MPA management, improve and diversify funding sources, enhance capacities for financial and business planning including sound decision making pertaining to resource allocation, and transparent processes for fund management. A functioning system for tracking expenditures and monitoring fund inflows should be in place, firmly supported by an enabling legal and policy framework. The project has formulated four major outputs to achieve this outcome, namely:
Output 2.1: Benchmark management costs established for MPAs of varying size and potential cost savings or costefficiencieson average per site identified through consolidation of management functions in MPANs.
Output 2.2: At least two MPANS (Verde Island Passage and Davao Gulf) implementing financing and business plan targeting increases in revenue generation from the tourism and fisheries sectors.
Output 2.3 At least five (5) of locally managed MPA in each of five (5) sites have revenue generation schemes in operation, including market-based visitor and service fees for tourism operators, pilot ecological service payments from the fisheries sector and local taxes for conservation and management of key tourism draws.
Output 2.4 MPA financing plans developed and piloted in at least 30% of MPAs in each of five sites, incorporating governance mechanisms to ensure participatory management of revenues and resources involving local communities, local government and national government agencies as appropriate.
This contract will cover project interventions to address the capacity gaps in Davao Gulf, with business incubation activities aligned with the results of the rapid BDFE assessment conducted in Phase 1.
C. Scope of Work
Under the direct supervision of the SMARTSeas PH Project Manager and Outcome 2 Officer, the hired Consultant shall deliver the following:
Community preparation to include the following activities: validation of BDFE viability assessment results; action planning; BDFE sensitizations at PO level; BDFE planning workshops; PO validation of BDFE plans; technical viability assessment of BDFE plans; engagement of key stakeholders.
Business incubation to include the following activities: technical BDFE specific training; product supply organizing; capital-build up and provision of incentives to complement PO/BDFE resources; market linkage/facilitating negotiations with buyers; product supply organizing training and initial trading; simple record keeping and reporting; facilitating links with financial institutions for low interest loans and savings program; financial literacy at PO level.
Sustaining Activities to include the following activities: exploring technical and economic viability identified BDFEs; facilitating access to finance institutions for low interest loans and savings program; exploring potentials for scaling up and building resiliency.
D. Expected Outputs and Deliverables
Deliverables/ Outputs | Estimated Duration to Complete | Target Due Dates | Review and Approvals Required |
---|---|---|---|
Work plan | 3 days/site | 1 week from contract award | Outcome 2 Officer |
Project Manager | |||
V/M/G Organizational structure (BDFE leadership and governance structure) and BDFE business plan
| 35 days/site | 8 weeks after contract award | Outcome 2 Officer |
Project Manager | |||
Implementation Plan and report (1st cycle) | 50 days/site
| 17 weeks after contract signing | Outcome 2 Officer |
Project Manager | |||
Business sustainability plan | 15 days/site | 22 weeks after contract signing | Outcome 2 Officer |
Project Manager | |||
Final report | 5 days/site | 22 weeks after contract signing | Outcome 2 Officer |
Project Manager |
E. Institutional Arrangement
The SMARTSeas Project Manager with PMU focal for Outcome 2 shall directly supervise the Consultant, in coordination with the local responsible partner (LRP).
At different points during the contract, the Consultant is expected to liaise/interact/collaborate/meet with the SMARTSeas PH project team, DENR BMB and LRPs. As needed, the SMARTSeas PH project staff shall provide logistical assistance to the Consultant in order for her/him to accomplish enumerated outputs.
F. Duration of the Work
The expected duration of work is estimated to be 150 working days spread over (6) months.
G. Duty Station
The Consultant is not expected to report on a daily basis to the Project Management Office based in BMB, Quezon City but shall be available on an on-call basis.
H. Qualifications of the Successful Individual Contractor
Qualification | Points Obtainable (100 points) |
---|---|
Over-all requirement With minimum 5 years experience in enterprise development, community organizing, provision of business development service and experience working with fisherfolk communities and grassroots level organizations. Capacity and willingness to deliver within the given time. |
20 |
Educational requirement and experience
|
70 |
Language
|
10 |
TOTAL | 100 |
I. Scope of Price Proposal and Schedule of Payments
Interested parties are required to submit an all-inclusive lump sum amount indicating professional fees and local transportation required to effectively perform the duties and responsibilities of the Consultant. Actual costs for the actual event, such as travel allowance and hotel accommodation expenses, shall be shouldered by the Project.
The Consultant will receive the total amount indicated in the proposal in tranches and upon satisfactory completion of the agreed outputs and deliverables based on the following table:
Percentage | Description | Deadline |
---|---|---|
20% | Submission and acceptance of workplan | 2 weeks after contract award |
30% | Submission and acceptance of BDFE leadership and governance structure and BDFE business plan | 8 weeks after contract award |
30% | Submission and acceptance of Implementation Plan and report (1st cycle) | 17 weeks after contract signing |
20% | Submission and acceptance of completion report with Business sustainability plan | 22 weeks after contract signing |
J. Recommended Presentation of Offer
For purposes of generating offers whose contents are uniformly presented and to facilitate their comparative analysis, it is best to recommend the preferred contents and presentation of the Offer to be submitted, as well as the format/sequencing of their presentation. The following documents may be requested:
- Duly accomplished Letter of Confirmation of Interest and Availability using the template provided by UNDP;
- Personal CV or P11, indicating all past experience from similar projects, as well as the contact details (email and telephone number) of the Candidate and at least three (3) professional references;
- Brief description of why the individual considers him/herself as the most suitable for the assignment, and a methodology, if applicable, on how they will approach and complete the assignment. A methodology is recommended for intellectual services, but may be omitted for support services [Note: this is optional for support services];
- Financial Proposal that indicates the all-inclusive fixed total contract price, supported by a breakdown of costs, as per template provided. If an Offeror is employed by an organization/company/institution, and he/she expects his/her employer to charge a management fee in the process of releasing him/her to UNDP under Reimbursable Loan Agreement (RLA), the Offeror must indicate at this point, and ensure that all such costs are duly incorporated in the financial proposal submitted to UNDP.
K. Criteria for Selection of the Best Offer
The Combined Scoring method is the criteria for selection where the qualifications and methodology will be weighted a maximum of 70%. The price offer will be weighted a maximum of 30%.
Application Requirements:
The following documents may be requested:
- Duly accomplished Letter of Confirmation of Interest and Availability (Financial Proposal Template) - indicates the all-inclusive fixed total contract price, supported by a breakdown of costs, as per template provided by UNDP;
- Personal Curriculum Vitae, indicating all past experiences from similar projects, as well as the contact details (email and telephonenumber) of the candidate and at least three (3) professional references;
- Brief description of why the individual considers him/herself as the most suitable for the assignment, and a methodology, if applicable, on how they will approach and complete the assignment.
Application requirements should be emailed to procurement.ph@undp.org and registry.ph@undp.org on or before 29 March 2019.
Attachments in this link:
- P11 Personal History Template
- Terms of Reference
- Letter of Confirmation of Interest and Availability (Financial Proposal Template)
- General Terma and Condition for Indiviual Contractors
In view of the volume of applications UNDP receives, only shortlisted offerors will be notified.