Вы находитесь на странице: 1из 3

Government of Nepal Ministry of Peace and Reconstruction

Emergency Peace Support Project


Singha Durbar, Kathmandu

REQUEST FOR PROPOSAL (RFP)


Date of first publication: 14 March, 2013 Name of Project: Emergency Peace Support Project Name of Contract: Consulting Services for Employment/Self Employment Services (Micro/Small Business Services) Contract Identification No: EPSP/S/CQS-26/2 Name of the Donor Agency: World Bank Donor Grant No: H367-NP Project ID No: PE-P110762 1. Government of Nepal, Ministry of Peace and Reconstruction has received grant from the World Bank to implement a project titled Emergency Peace Support Project (EPSP). The objective of the project is to contribute to the peace process by providing interim cash transfers and rehabilitation services to eligible conflict affected persons and by increasing transparency and accountability in the delivery of these benefits. One of the components of the project is the rehabilitation support to conflict affected families and individuals through Employment/Self Employment Services (ESES). One of the services under ESES is micro/small business services. Now the Project invites RFP from experienced, eligible, interested and competent Service provider/s (private firms, non-governmental organizations, other associations) either alone or in joint venture (JV) for micro/small business services up to six months duration in following districts. Cluster Cluster 1 Cluster 2 District Taplejung, Ilam, Jhapa, Morang Siraha, Saptari, Udayapur, Khotang, Okhaldhunga Sarlahi, Mohattari, Dhanusha, Sindhuli, Makwanpur Kavre, Ramechhap, Dolakha, Solukhumbu Palpa, Gulmi, Arghakhanchi, Kapilbastu, Rupandehi Cluster Cluster 6 Cluster 7 District Tanahun, Lamjung, Gorkha, Dhading Dang, Pyuthan, Salyan, Rukum, Dolpa

2.

Cluster 3

Cluster 8

Surkhet, Jajarkot, Dailekh, Kalikot

Cluster 4

Cluster 9

Doti, Dadeldhura, Kanchanpur Bajhang, Baitadi, Darchula

Achham,

Cluster 5

Cluster 10

3.

4. 5. 6.

A negotiated business start up rate of at least 30% at completion of services is to be included in contracts. Service providers are responsible for ensuring that beneficiaries can start up business before they submit proposals, and no extra funding will be included in contracts for special business start up services. Service providers should not propose programs if they are not sure they can meet contracted performance standards. Note that all organizations proposing micro/small business services must show evidence of demand for micro/small business through rapid market appraisal (RMA) or other relevant tools. Further details of services are provided in Guidelines to Provide Employment/Self Employment Services to Persons Victimized during the Course of Armed Conflict 2067 BS (2010 AD) and Field Implementation Manual (FIM) wh ich are available at www.epsp.gov.np. The micro/small business services are expected to commence from June 2013. The proposal/s can be submitted either single or in Joint Venture (JV). In case of JV, the details of leading service provider and its JV partners shall be properly documented. The service provider/s shall submit the following documents: Documents for Eligibility Assessment which shall be submitted in a single separately sealed envelope and in only one set; Technical and Financial Proposal/s which shall be submitted separately for each district.

7.

Service provider/s meeting pre-defined eligibility criteria will only be evaluated for quality of their Technical Proposals. The Technical Proposal/s of the service provider/s which do not meet the following eligibility criteria will not be opened. To demonstrate their eligibility the service provider/s should submit 1 copy of Documents for Eligibility Assessment with following items in a separately sealed envelope clearly marked Documents for Eligibility Assessment". 7.1 Copy of renewed firm, organization or company registration certificate; business registration license; VAT registration certificate and PAN certificate; tax clearance certificate for fiscal year 2068/2069 duly certified from notary public. 7.2 Declaration made in writing by the service provider/s that it is not disqualified for taking part in the procurement proceedings, that it has no conflict of interest in the proposed procurement proceeding and that it has not been punished for an offence relating to the concerned profession or business. 7.3 At least three years of standing of the firm/s (applicable to all partners in case of JV). 7.4 At least NRs. 1.0 million average annual turnover in last three years demonstrated through copy of audit reports duly certified from notary public. In case of firm applying in joint venture (JV), lead firm should have at least NRs. 0.4 million average annual turnovers and each other partner/s firm should have at least NRs. 0.25 million average annual turnovers in last three years. In such case the cumulative average annual turnover of JV (lead firm and partner/s together) for last three years shall be at least NRs. 1.0 million. 7.5 Original copy of document from commercial or development bank/s showing evidence of at least NRs. 1.0 million unconditional credit line facility. 7.6 In case of firms applying in JV, copies of certificates mentioned in items 7.1, 7.3 and 7.4 above of each of the JV partners duly certified from notary public shall be submitted along with the JV agreement letter duly signed by all partners. In case of successful contract negotiation, such JV firms shall submit VAT registration certificate of the JV prior to agreement. (Please note that these documents are not required to be submitted with Technical and Financial Proposal/s.)

8.

Service provider/s can submit Technical and Financial Proposals for any number of districts. However, they should submit separate proposals for each district, where they propose to deliver the services. One single proposal combining delivery of service in multiple districts will not be accepted. 9. The service provider/s must submit 1 original and 2 additional copies of Technical Proposals and one original copy of Financial Proposal for each district. The original and all copies of the Technical Proposals shall be placed in a sealed envelope clearly marked Technical Proposal for ESES-Micro/Small Business Services in [Insert district name] and the original copy of Financial Proposal in another sealed envelope clearly marked Financial Proposal for ESES-Micro/Small Business Services in [Insert district name] . Both envelopes shall be placed into an outer envelope and sealed. This outer envelope shall clearly mark Proposal for ESESMicro/Small Business Services in [Insert district name]. 10. The evaluation of Technical Proposal/s will be based on the following criteria: a) Conformity with Technical Proposal requirements b) Contribution by the service provider c) Quality of Implementation Plan d) Organizational strength and experience of service provider/s e) Quality of Staff f) Creativity of the Proposal 11. Service providers will be selected in accordance with the procedures set out in the Field Implementation Manual for ESES (Micro/Small Business Services) and World Banks Guidelines: Selection and Employment of Consultants under IBRD Loans and IDA Credits & Grants by World Bank Borrowers, October 2011 adopting selection method of Selection based on Consultant Qualification (CQS). 12. Certified evidences of the client reference indicating satisfactory completion on conducting micro/small business/enterprise development services will only be counted for evaluation. Copies of such certificates shall be duly notarized. 13. An authorized representative of the service provider/s shall initial all pages of the original Technical and Financial Proposals with firms seal in every page. If there are any discrepancies between the original and the copies of the proposal, the original shall govern.

14. Proposals must be submitted on or before office hours on 12 April 2013 at Post Conflict Peace and Reconstruction Project, Babarmahal, Kathmandu or Relief and Rehabilitation Unit, Babarmahal, Kathmandu. In case the day of submission of the RFP falls on a public holiday, it shall then be submitted on the following working day within the same hour. 15. The proposal must be submitted in accordance with the RFP and Field Implementation Manual (FIM) issued by the EPSP, which can also be downloaded from our official web site www.epsp.gov.np. 16. The Documents for Eligibility Assessment will be opened in presence of the service providers or their representatives who choose to attend at 11:00 AM on 14 April, 2013 at the address given below. 17. Further information or clarification can be obtained from the EPSP during office hours. Service providers are requested to mail to info@peace.gov.np or contact R.K.Khanal / K. Pudasaini at Toll free No: 1660-01-40404 for their confirmation of participation in pre-proposal conference to be held on 25 March, 2013 at 2:00 PM at the address given below.

Project Coordinator Emergency Peace Support Project, Singha Darbar, Kathmandu. Telephone/fax: 014200272, 014200020

Вам также может понравиться