Drafting of the Metrology Regulations
Procurement Process
IC - Individual contractor
Office
Fiji - FIJI
Deadline
30-Mar-22
Published on
15-Mar-22
Reference Number
89067
Overview
TERMS OF REFERENCE
Reference No. | PN/FJI/031/22 |
Consultancy Title | Drafting of the Metrology Regulations |
Application deadline | 30/03/2022 |
Location | Betio – Tarawa, Kiribati |
Type of Contract | Individual Contractor |
Post Level | National |
Languages required: | English |
Duration of Initial Contract: | 4 Months (80 Working Days) |
- BACKGROUND
Kiribati’s long-term development path is defined by the recently launched 20 Year Vision Development plan (KV20) 2016-2036. The KV20 is motivated by a collective aspiration for a better society by the year 2036. The vision of the KV20 is for Kiribati to become a wealthy, healthy, and peaceful nation. It seeks to achieve the development aspiration by maximizing the development benefits from fisheries and tourism as key productive sectors.
The KV20 recognizes the need develop an inclusive private sector driven by a sound enabling business environment with good policy and regulatory environment that supports the interest of both consumers and producers. Kiribati Development Plan 2016-2019, which is a short term development strategy seeks to review outdated business laws in order to align such laws with the current trade and development regime, with broader objective of ensuring that trade outcomes generates equal benefits for all. Developing an inclusive and equitable private sector, with good trade outcomes, requires a good quality infrastructure with effective and efficient metrology function.
Kiribati has experienced growth of trade over the years. Such growth however comes with emerging challenges in the scope of various trade policy circles. To respond to the emerging trade policy challenges, the Government adopted Trade Policy Framework and National Quality Policy in 2017. The vision of the Trade Policy Framework is to have a dynamic and competitive economy for equitable distribution of wealth and prosperity. The vision of the National Quality Policy is for Kiribati’s products to comply with relevant standards and technical regulations at national and international markets, thus withstanding comparison to similar products and services from other countries. The National Quality Policy therefore seeks to enhance competitive economy by strengthening the core functions of quality infrastructure, which include Metrology, Standardization, Accreditation body and Conformity assessment
The Government of Kiribati through National Quality Policy has recognized that reliable and traceable measurements are required to ensure that exports of industrial and agricultural goods are acceptable on global markets, ensure that domestic and imported goods placed on the market are safe and to prevent fraud in commercial transactions
▪ The metrology function of Ministry of Commerce, Industry and Cooperatives (MCIC) under the Consumer Protection Division however, is confronted with key institutional and regulatory challenges. The MCIC operations in the field of metrology is still guided by Weights and Measures Act 1984, which is outdated and does not conform with international standards. MCIC faces lack of basic measurement standards and measurement equipment limited institutional capacity to effectively conduct weight and measures inspections; weak enforcement of legislative framework; limited capacity and inadequate qualified staffs to support the metrology functions of MCIC. The Government of Kiribati seeks to address this critical situation as a matter of priority and wishes to strengthen the metrology functions of MCIC.
- DUTIES AND RESPONSIBILITIES
The primary objective of the assignment is to review the Weights and Measures Regulations 1997, identify the gaps and draft a new Metrology Regulations. The review is expected to improve governance in the metrology sector. The consultant is required to undertake the following specific key tasks to achieve the assignment objective:
a) Drafting Metrology Regulations
3. GEOGRAPHICAL AREA TO BE COVERED The project will be implemented in Kiribati and consultation will be undertaken in Tarawa.
4. EXPECTED BENEFICIARIES
5. EXPECTED OUTPUTS AND DELIVERABLES
6. INSTITUTIONAL ARRANGEMENT
7. DURATION OF THE WORK
8. DUTY STATION AND RESOURCES PROVIDED
|
9. REQUIRED SKILLS AND EXPERIENCE
The consultant is expected to meet the following requirements. A minimum Degree in the area of Legal Metrology; Weight and Measures; Physical Science, Engineering or related field.
Fluency of English language is required.
The Proposal with the highest cumulative scoring will be awarded the contract. Applications will be evaluated technically, and points are attributed based on how well the proposal meets the requirements of the Terms of Reference using the guidelines detailed in the table below: Only candidates obtaining a minimum of 49 points in the Technical Evaluation would be considered for the Financial Evaluation. Interviews may be conducted as part of technical assessment for shortlisted proposals. The final evaluation method will be based on a cumulative analysis of both the technical and financial proposals. When using this weighted scoring method, the award of the contract will be made to the individual consultant whose offer has been evaluated and determined as:
Documentation required Interested individual consultants must submit the following documents/information to demonstrate their qualifications. Please group them into one (1) single PDF document as the application only allows to upload maximum one document:
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.
Incomplete and joint proposals may not be considered. Consultants with whom there is further interest will be contacted. The successful consultant shall opt to sign an Individual Contract or a Reimbursable Loan Agreement (RLA) through its company/employer with UNDP.
Annexes
For any clarification regarding this assignment please write to Mr. Dale Kacivi - procurement.fj@undp.org/dale.kacivi@undp.org All applications must be clearly marked with the title of consultancy and submitted by 30th March 2022, 5:00pm (Fiji Time) online via UN Jobs website https://jobs.undp.org/ or etenderbox.pacific@undp.org
|