View Notice

Review of Mauri Mark Standards Program
Procurement Process :IC - Individual contractor
Office :Fiji - FIJI
Deadline :25-Aug-21
Posted on :10-Aug-21
Development Area :CONSULTANTS  CONSULTANTS
Reference Number :81801
Link to Atlas Project :
00128348 - Kiribati trade capacity -Tier1 Phase2
Documents :
Terms of Reference
Confirmation of Interest Form
Overview :

TERMS OF REFERENCE

Reference No.

PN/FJI/070/21

Consultancy Title

Review of Mauri Mark Standards Program

Duty Station

Home Based

Application deadline

25th August 2021

Type of Contract

Individual Contractor

Post Level

International `Consultant

Languages required:

English

Duration of Initial Contract:

4 months’ 80 Working days  

 

  1. BACKGROUND

Kiribati is seeking to maximize development benefits associated with trade as envisaged in the wealth pillar of 20 Year vision Development Plan ,2016-2036. Kiribati Trade Policy Framework (TPF) 2017-2027 seeks to enhance trade competitiveness with a view of strengthening Kiribati’s competitive advantage in the global economy through the development of the private sector, the promotion of value-added products and encouragement of domestic trade.

The implementation of the TPF is expected to enhance product and export diversification will contribute to variety of products in the sectors where Kiribati has comparative advantage, like production of Virgin Coconut Oil (VCO), Coconut Sap Sugar Solar Salt, Handicraft, higher value-added fish products including dried and salted fish, export of clams and live fish. The product diversification strategies will also include improving the services sectors especially high-quality tourism products and service suppliers that can easily meet the overseas markets. Product and export diversification strategies require complementary policies and initiatives to ensure products from Kiribati are competitive to the extent of meeting set standards and requirements in the domestic and export market.

 

The need to ensure quality and good standards for tradable products is in line with the National Quality Policy(NQP) adopted in 2017.The NQP seeks to ensure Kiribati’s products and services comply with relevant standards and technical regulations on regional and international markets, thus withstanding comparison to similar products and services from other countries. The Policy aids businesses to improve processes, to add value, and to increase their competitiveness.

 

Mauri Mark Standards Program is one of the initiatives that the government has been implementing to ensure quality and standards in the fisheries, coconut and tourism sectors. While Mauri Mark was reviewed and extended to include tourism enterprises such as restaurants and bars, tourism leisure crafts and dive operators, it does not cover a wide range of goods and services including organic products in the fisheries and coconut sector. The NQP therefore recommends the need to Review and develop Mauri Mark as a National certification scheme for services and goods in order to ensure product safety in the market.

This consultancy comes under the “Kiribati trade capacity development and institutional strengthening project Phase 2” funded by Enhanced Integrated Framework (EIF) Facility. This second phase of the EIF project commenced in July 2020. The objective is to strengthen the capacity of institutions and stakeholders to implement trade policies that support poverty reduction, inclusive economic growth, equitable sustainable development and a wealthy economy in line with the Government’s 20-Year Vision development plan (KV20) 2016-2036). As part of the project, UNDP, as the Main Implementing Entity, is seeking the services of a qualified consultant with expertise and experience in products standards and Certification Schemes.

 

  1. DUTIES AND RESPONSIBILITIES
  1. Scope of Work

The objective of the assignment is to review and develop Mauri Mark as a National certification scheme for services and goods in order to ensure product safety in the domestic and international market. The consultant is expected to review and consider possibility of expanding Mauri Mark program to cover other sectors /products in the fisheries and coconut sector by undertaking the following specific key tasks; 

  1. Review background, purpose and objectives of the current Mauri Mark certification program;
  2. Review legislative and regulatory framework informing the implementation of the Mauri Mark program, identify regulatory gaps and make policy recommendations;
  3. Review criteria informing Mauri Mark standards and assess whether the criteria are benchmarked on quality and standards in line with the NQP objectives;
  4. Review scope of the Mauri Mark program including the type of the products and sectors;
  5. Develop a scoping report informing the status of the Mauri Mark program, with key gaps and possible policy recommendations to inform possibility of expanding Mauri Mark program to cover other sectors /products in the fisheries and Agriculture related products;
  6. Draft Policy paper to inform new regulations and implementation of Mauri Mark Standards as National Certification Scheme.

 

1.2.  GEOGRAPHICAL AREA TO BE COVERED

  1. The project will be implemented in Kiribati and consultation will be undertaken in Tarawa

 

  1. EXPECTED BENEFICIARIES
  1. Ministry of Commerce, Industries and Cooperatives (MCIC);
  2. Government ministries, agencies, communities,
  3. Key producers in the Tourism, Fisheries and Agriculture related sectors.

 

  1. EXPECTED OUTPUTS AND DELIVERABLES

The consultant is required to produce the following outputs:

  1. A scoping report informing the status of the Mauri Mark program, with key gaps and policy recommendations to inform possible inclusion of other sectors /products;
  2. A Policy paper to inform new regulations and implementation of Mauri Mark Standards as National Certification Scheme.

 

  1. INSTITUTIONAL ARRANGEMENT
  1. The activities will be managed in coordination with the Ministry of Commerce, Industry and Cooperatives (MCIC);
  2. MCIC will provide access to office space, organize meetings and provide administrative support where needed;
  3. The assignment will be delivered through a stakeholder-driven approach.

 

  1. DURATION OF THE WORK
  1. All the activities are expected to be completed in 4 months’ period.

 

  1. DUTY STATION AND RESOURCES PROVIDED
  1. The Consultant is expected to provide his/her own laptop.
  2. MCIC will provide a workstation for the IC to work from.
  3. MCIC will organize stakeholder meetings and provide any administrative support during the implementation of assignment.

 

  1. REQUIRED SKILLS AND EXPERIENCE

The consultant is expected to meet the following requirements;

 

  1. Qualifications

A minimum of a Degree in Agriculture, economics or standards related field

 

  1. Experience
  • At least 10 years of relevant working experience in the field of products safety, standards and certification schemes
  • Demonstrated ability to facilitate consultative meetings with Policy Makers, community groups, producers, and to make presentations of technical findings to a wide audience;
  • Expertise in conducting situation analysis, developing scoping reports and policy papers;
  • Experience in providing policy advice in developing standards and national certification schemes;

                                                                                  

  1. Language requirements

Fluency of English is required.

 

  1. SCHEDULE OF PAYMENTS

Deliverables

Due Date

% of overall contract amount:

  1. Signed Contract
  1. Upon Signing the Contract

10%

  1. A Draft scoping report informing the status of the Mauri Mark program, with key gaps and possible policy recommendations to inform expansion of the Mauri Mark program to include other sectors /program;
  1. Upon submission of Draft   Scoping Report

20%

  1. A Final scoping report informing the status of the Mauri Mark program, with key gaps and possible policy recommendations to inform expansion of the Mauri Mark program to include other sectors /program;
  1. Upon submission of Draft   Scoping Report

20%

  1. A Draft Policy paper to inform new regulations and implementation of Mauri Mark Standards as National Certification Scheme;
  1. Upon submission of draft Policy Paper  

30%

  1. A Final Policy paper to inform new regulations and implementation of Mauri Mark Standards as National Certification Scheme.
  1. Upon Submission of Final Policy Paper

20%

 

  1. EVALUATION METHOD AND CRITERIA

Cumulative analysis

The proposal will be evaluated using the cumulative analysis method with a split of 70% and 30% financial scoring. 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:

 

Criteria

Weighting Scoring

Qualification

 

   A minimum of a Degree in Agriculture, economics or standards related field

 

                                        10

Experience

 

  • At least 10 years of relevant working experience in the field of products safety, standards and certification schemes;

20

  • Demonstrated ability to facilitate consultative meetings with Policy Makers, community groups, producers, and to make presentations of technical findings to a wide audience;

10

  • Demonstrated experience in conducting situation analysis, developing scoping reports and policy papers;

20

  • Experience in providing policy advice in developing standards and national certification schemes;

10

Technical Criteria

70%

Financial Criteria

30%

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

The 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 the 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:

 

  1. Responsive/compliant/acceptable; and
  2. Having received the highest score out of a pre-determined set of weighted technical and financial criteria specific to the solicitation.
  3. Technical Criteria weight: 70 per cent; Financial Criteria weight: 30 per cent.

 

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:

Letter of Confirmation of Interest and Availability using the template provided in Annex II.

Personal CV, 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.

Technical proposal, including

 

  1. a brief description of why the individual considers him/herself as the most suitable for the assignment; and b) a methodology, on how they will approach and complete the assignment;
  2. consultant’s understanding of the assignment and experience supported by verifiable evidence of having undertaken assignments of similar scope (provide a minimum of one sample of similar work done for other organizations in the last three years);
  3. Financial proposal, as per template provided in Annex II. Note: National consultants must quote prices in United States Dollars (USD).

 

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.

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

  1. Annex I - Individual IC General Terms and Conditions
  2. Annex II – Offeror’s Letter to UNDP Confirming Interest and Availability for the Individual IC, including Financial Proposal Template

 

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, reference number and submitted by 5:00pm, 25th August 2021, 5pm (Fiji Time) online via UN Jobs website https://jobs.undp.org/ or etenderbox.pacific@undp.org