Chief Technical Adviser FSM R2R
Procurement Process
IC - Individual contractor
Office
UNDP Pacific - FIJI
Deadline
03-Feb-20
Published on
19-Jan-20
Reference Number
62711
Overview
TERMS OF REFERENCE
Ref: PN/FJI/004/20
Consultancy Title | Chief Technical Adviser (CTA) FSM R2R |
Project Name: | Implementing an integrated "Ridge to Reef" approach to enhance ecosystem services, to conserve globally important biodiversity and to sustain local livelihoods in the FSM. |
Location | FSM |
Application deadline | February 3rd 2020 |
Type of Contract | Individual Contractor |
Languages required: | English |
Duration of Initial Contract: | 100 days from February 29, 2020 to January 31, 2021 At least two trips in country (Pohnpei State) anticipated, a minimum of 20 days per in country mission |
Consultancy Proposal (CV & Financial proposal Template) should be uploaded on UNDP e-tendering Portal (https://etendering.partneragencies.org) no later than, 3 February 2020 (New York Time). Any proposals received after the due 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.
NOTE:
Proposals must be sent/uploaded through UNDP e-tendering Portal . Candidates need to upload their CV and financial proposal -using UNDP template.
If the selected/successful Candidate is over 65 years of age and required to travel outside his home country; He/She will be required provide a full medical report at their expense prior to issuance to contract. Contract will only be issued when Proposed candidate is deemed medically fit to undertake the assignment.
BACKGROUND
The Federated States of Micronesia (FSM) is an independent sovereign island nation consisting of four States spread across the Western Pacific Ocean (from west to east): Yap, Chuuk, Pohnpei and Kosrae. Together, the States comprise 607 islands that stretch over a longitudinal distance of almost 3,000 km mostly located between 6 and 10 degrees North of the equator. The combined land area the FSM [High Islands and Atolls] is approximately 728 km2 with 2,700,000 km2 of EEZ in the Pacific Ocean. The total area of High Island is approximately 658 km2 (Yap 97 km2, Chuuk 95 km2, Pohnpei 358 km2 and Kosrae 110 km2). Marine and terrestrial biodiversity and ecosystem services underpin social well-being and the economy of the Federated States of Micronesia and are vital to food security. These resources and services, however, are currently being undermined by unsustainable natural resource use and practices; spread of Invasive Alien Species; the impacts of Climate Change; and, the limitations of government to effectively implement its programs and policies. The FSM R2R Project is designed to engineer a paradigm shift in the approach to and management of natural resources from an ad-hoc species/site/problem centric approach to a holistic ecosystem-based management “ridge to reef” approach guided by planning and management process that are informed by actual data. The shift to an ecosystem-based approach within National and State governments will ensure that whole island systems are managed to enhance ecosystem goods and services, to conserve globally important biodiversity and to sustain local livelihoods. The project promotes an integrated approach towards fostering sustainable land management and biodiversity conservation by seeking greater awareness, knowledge and participation of all stakeholders in achieving a greater balance between environmental management and development needs. In doing so it will reduce conflicting land-uses and land-use practices and improve the sustainability of terrestrial and marine management so as to maintain the flow of vital ecosystem services and sustain the livelihoods of local communities. Further, the project demonstrates sustainable land management practices testing new management measures, as needed, to reduce existing environmental stressors and institutional limitations. The project also supports the enhancement of capacities in the FSM to effectively manage protected areas as well as increase the coverage of the terrestrial and marine protected area network on the High Islands. |
DUTIES AND RESPONSIBILITIES
Scope of Work Key responsibilities include: . The specific duties are as follows:
It is critically important for the consultant to carry out these tasks while keeping key stakeholders (including officers of the Ridge to Reef Project/DECEM) fully involved but at the same time taking a technical (and sometimes managerial) lead.
The following resources will be provided:
D. Expected Outputs and Deliverables
The CTA is expected to deliver the following products/services by the end of the consultancy:
E. Payment Schedule
F. Institutional Arrangement
G. Duration of the Work
H. Duty Station The consultant will be home based but expected to participate in at least two mission to Pohnpei, FSM. The consultant is expected to bring his/her computer, software, etc. The PMU will organise office space in Pohnpei.
|
COMPETENCIES
I. The following competencies are required:
|
REQUIRED SKILLS AND EXPERIENCE
J. Following is the required qualifications and experience:
Educational Qualifications:
Experience
Language requirements
K. Price Proposal and Schedule of Payments 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.
L. Evaluation Method and Criteria Individual consultants will be evaluated based on the following methodology:
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.
Shortlisted candidates shall be called for an interview which will be used to confirm and/or adjust the technical scores awarded based on documentation submitted.
M. Documentation required Shortlisted candidates may be contacted for an interview. Offerors must send the following documents.
Completed template for confirmation of Interest and Submission of Financial Proposal. Individuals applying for this consultancy will be reviewed based on their own individual capacity. The successful individual may sign an Individual Contract with UNDP or request his/her employer to sign a Reimbursable Loan Agreement (RLA) on their behalf by indicating this in the Offerors letter to Confirming Interest and Availability Bid Submission Address https://etendering.partneragencies.org BU Code: FJI10 Event ID: 0000005196 If you have not registered in the system before, you can register now by logging in using: Username: event.guest Password: why2change
Please use the bidder’s guide for submission of proposal
For any clarification regarding this assignment please write to procurement.fj@undp.org
Women candidates are encouraged to apply.
*The Fiji Office covers Fiji, Kiribati, Marshall Islands, Micronesia, Nauru, Palau, Solomon Islands, Tonga, Tuvalu and Vanuatu |