Consultancy Tenders

Consultancy Tenders

PHILIPPINE INSTITUTE FOR DEVELOPMENT STUDIES Tender

Finance And Insurance Sectors
Philippines
Details: Description 1. The Philippine Institute For Development Studies (pids) Invites All Eligible Individual Consultants To Submit Proposals For The Hospital Financial Statement Encoding Consultant For Doh-phic-pids Technical Assistance On The Uhc Provider Payment Reforms For 2024: Diagnosis-related Groups, Comprehensive Outpatient Benefit Package, And The Center For Healthcare Finance And Economics. 2. The Approved Budget For The Contract (abc) Is Php986,370.00 3. Interested Consultants Must Submit The Following Documents Using Pids The Prescribed Forms: A) Curriculum Vitae Of The Proposed Consultant(s)1 B) Technical Proposal Form1 C) Financial Proposal Form1 D) Filled Out Data Privacy Notice And Personal Data Protection Form1 E) Statement Of Completed Contracts2 F) Statement Of All Ongoing And Awarded But Not Yet Started Contracts2 G) Notarized Omnibus Sworn Statement (for Abc Above Php50,000.00) 1 H) Income/business Tax Returns (for Abc Above Php500,000.00) 1 I) Philgeps Registration Number (certificate Or Screenshot) 1 J) Valid Mayor's/business Permit (firm) Or Bir Certificate Of Registration3 (individual). 4. Interested Consultants May Obtain Further Information From The Procurement Management Division At Telephone Via Email At Procurement@pids.gov.ph. 5. The Institute Shall Adopt The Quality-based Evaluation Procedure In Selecting Consultants Based On The Attached Terms Of Reference. 6. The Deadline For Submission Of Proposals Is On 18 February 2025 (5:00 Pm) Addressed To: The Bac Chairperson For Consultancy Services C/o The Bac Secretariat Procurement Management Division 18/f Three Cyberpod Centris – North Tower, Edsa Cor. Quezon Ave., Quezon City Proposals May Also Be Submitted Through Email At Procurement@pids.gov.ph . 7. Pids Reserves The Right To Reject Any Or All Of The Proposals, Declare A Failure Of Bidding, Or Not Award The Contract If There Is Evidence Of Collusion, Including Any Act That Restricts, Suppresses, Or Nullifies Competition, Or If There Is A Failure To Follow The Prescribed Bidding Procedures. Pids Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal It Determines Most Advantageous To Pids.
Closing Date18 Feb 2025
Tender AmountPHP 986.3 K (USD 17 K)

PHILIPPINE INSTITUTE FOR DEVELOPMENT STUDIES Tender

Finance And Insurance Sectors
Philippines
Details: Description 1. The Philippine Institute For Development Studies (pids) Invites All Eligible Individual Consultants To Submit Proposals For The Hospital Financial Statement Encoding Consultant For Doh-phic-pids Technical Assistance On The Uhc Provider Payment Reforms For 2024: Diagnosis-related Groups, Comprehensive Outpatient Benefit Package, And The Center For Healthcare Finance And Economics. 2. The Approved Budget For The Contract (abc) Is Php986,370. 3. Interested Consultants Must Submit The Following Documents Using Pids The Prescribed Forms: A) Curriculum Vitae Of The Proposed Consultant(s)1 B) Technical Proposal Form1 C) Financial Proposal Form1 D) Filled Out Data Privacy Notice And Personal Data Protection Form1 E) Statement Of Completed Contracts2 F) Statement Of All Ongoing And Awarded But Not Yet Started Contracts2 G) Notarized Omnibus Sworn Statement (for Abc Above Php50,000.00) 1 H) Income/business Tax Returns (for Abc Above Php500,000.00) 1 I) Philgeps Registration Number (certificate Or Screenshot) 1 J) Valid Mayor's/business Permit (firm) Or Bir Certificate Of Registration3 (individual). 4. Interested Consultants May Obtain Further Information From The Procurement Management Division At Telephone Via Email At Procurement@pids.gov.ph. 5. The Institute Shall Adopt The Quality-based Evaluation Procedure In Selecting Consultants Based On The Attached Terms Of Reference. 6. The Deadline For Submission Of Proposals Is On 20 January 2025 (5:00 Pm) Addressed To: The Bac Chairperson For Consultancy Services C/o The Bac Secretariat Procurement Management Division 18/f Three Cyberpod Centris – North Tower, Edsa Cor. Quezon Ave., Quezon City Proposals May Also Be Submitted Through Email At Procurement@pids.gov.ph . 7. Pids Reserves The Right To Reject Any Or All Of The Proposals, Declare A Failure Of Bidding, Or Not Award The Contract If There Is Evidence Of Collusion, Including Any Act That Restricts, Suppresses, Or Nullifies Competition, Or If There Is A Failure To Follow The Prescribed Bidding Procedures. Pids Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal It Determines Most Advantageous To Pids.
Closing Date20 Jan 2025
Tender AmountPHP 986.3 K (USD 16.8 K)

PHILIPPINE INSTITUTE FOR DEVELOPMENT STUDIES Tender

Others
Philippines
Details: Description 1. The Philippine Institute For Development Studies (pids) Invites All Eligible Individual Consultants To Submit Proposals For The Data Management Consultant For Doh-phic-pids Technical Assistance On The Uhc Provider Payment Reforms For 2024: Diagnosis-related Groups, Comprehensive Outpatient Benefit Package, And The Center For Healthcare Finance And Economics. 2. The Approved Budget For The Contract (abc) Is Php682,500. 3. Interested Consultants Must Submit The Following Documents Using Pids The Prescribed Forms: A) Curriculum Vitae Of The Proposed Consultant(s)1 B) Technical Proposal Form1 C) Financial Proposal Form1 D) Filled Out Data Privacy Notice And Personal Data Protection Form1 E) Statement Of Completed Contracts2 F) Statement Of All Ongoing And Awarded But Not Yet Started Contracts2 G) Notarized Omnibus Sworn Statement (for Abc Above Php50,000.00) 1 H) Income/business Tax Returns (for Abc Above Php500,000.00) 1 I) Philgeps Registration Number (certificate Or Screenshot) 1 J) Valid Mayor's/business Permit (firm) Or Bir Certificate Of Registration3 (individual). 4. Interested Consultants May Obtain Further Information From The Procurement Management Division At Telephone Via Email At Procurement@pids.gov.ph. 5. The Institute Shall Adopt The Quality-based Evaluation Procedure In Selecting Consultants Based On The Attached Terms Of Reference. 6. The Deadline For Submission Of Proposals Is On 21 January 2025 (5:00 Pm) Addressed To: The Bac Chairperson For Consultancy Services C/o The Bac Secretariat Procurement Management Division 18/f Three Cyberpod Centris – North Tower, Edsa Cor. Quezon Ave., Quezon City Proposals May Also Be Submitted Through Email At Procurement@pids.gov.ph . 7. Pids Reserves The Right To Reject Any Or All Of The Proposals, Declare A Failure Of Bidding, Or Not Award The Contract If There Is Evidence Of Collusion, Including Any Act That Restricts, Suppresses, Or Nullifies Competition, Or If There Is A Failure To Follow The Prescribed Bidding Procedures. Pids Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal It Determines Most Advantageous To Pids.
Closing Date21 Jan 2025
Tender AmountPHP 682.5 K (USD 11.6 K)

PHILIPPINE INSTITUTE FOR DEVELOPMENT STUDIES Tender

Finance And Insurance Sectors
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Philippine Institute For Development Studies (pids) Invites All Eligible Individual Consultants To Submit Proposals For The Costing And Health Financing Consultant For Doh-phic-pids Technical Assistance On The Uhc Provider Payment Reforms For 2024: Diagnosis-related Groups, Comprehensive Outpatient Benefit Package, And The Center For Healthcare Finance And Economics. 2. The Approved Budget For The Contract (abc) Is Php616,000.00. 3. Interested Consultants Must Submit The Following Documents Using Pids The Prescribed Forms: A) Curriculum Vitae Of The Proposed Consultant(s)1 B) Technical Proposal Form1 C) Financial Proposal Form1 D) Filled Out Data Privacy Notice And Personal Data Protection Form1 E) Statement Of Completed Contracts2 F) Statement Of All Ongoing And Awarded But Not Yet Started Contracts2 G) Notarized Omnibus Sworn Statement (for Abc Above Php50,000.00) 1 H) Income/business Tax Returns (for Abc Above Php500,000.00) 1 I) Philgeps Registration Number (certificate Or Screenshot) 1 J) Valid Mayor's/business Permit (firm) Or Bir Certificate Of Registration3 (individual). 4. Interested Consultants May Obtain Further Information From The Procurement Management Division At Telephone Via Email At Procurement@pids.gov.ph. 5. The Institute Shall Adopt The Quality-based Evaluation Procedure In Selecting Consultants Based On The Attached Terms Of Reference. 6. The Deadline For Submission Of Proposals Is On 11 February 2025 (5:00 Pm) Addressed To: The Bac Chairperson For Consultancy Services C/o The Bac Secretariat Procurement Management Division 18/f Three Cyberpod Centris – North Tower, Edsa Cor. Quezon Ave., Quezon City Proposals May Also Be Submitted Through Email At Procurement@pids.gov.ph . 7. Pids Reserves The Right To Reject Any Or All Of The Proposals, Declare A Failure Of Bidding, Or Not Award The Contract If There Is Evidence Of Collusion, Including Any Act That Restricts, Suppresses, Or Nullifies Competition, Or If There Is A Failure To Follow The Prescribed Bidding Procedures. Pids Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal It Determines Most Advantageous To Pids.
Closing Date11 Feb 2025
Tender AmountPHP 616 K (USD 10.6 K)

COMMISSION ON POPULATION AND DEVELOPMENT REGION II Tender

Software and IT Solutions
Philippines
Details: Description Item No. Item & Description Qty Unit Unit Cost Total Quoted Price Purchase Of Laptop For Acting Administrative Office V (abc – ₱54,000.00) Laptop 1 Pc ₱_____/pc ₱_________ Specifications: Processor: Intel I7/ryzen 7 Memory: Minimum Of 8gb Ram Graphics/video Processor: Minimum Of 2 Gb Storage: 512 Gb Ssd Display: 14"-15.6" Fhd Included Software: Os: Windows 10/11 Office Productivity Suite: (word Processing, Spreadsheet, Presentation) Warranty: Minimum Of 1-year Parts And Labor Terms And Conditions: 1.supplier To Attach/include In This Quotation The Brand, Model And Full Technical Specification Of The Available Laptop For Reference If In Accordance With The Set Specs. 2. Unit Price Is Inclusive Of Withholding Tax. 3. It Shall Be Paid On Account (credit). 4. Supplier To Deliver The Items Within Seven (7) Working Days Upon Receipt Of The Purchase Order. 5. Inspection And Acceptance: A. Items Shall Be Subjected To Inspection And Acceptance By Cpd B. Damaged/rejected Items Shall Be Replaced By The Supplier Subject To A Penalty Of 1/10th Of 1% For Every Day Of Delay. 6. In Case Of Default, Cancellation, Or Delay On The Part Of The Supplier, The Provisions Under Annex D-3 (liquidated Damages) Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Shall Apply. 7. Winning Bidder Shall Provide For The Complete Bank Details Where The Payment Shall Be Transferred Online (lddap) 8. In Case Of Non-landbank Account, The Bank Service Fee Shall Be Charged To The Winning Bidder Please Attach Quotation With The Ff: 1. Mayor’s/business Permit/bir 2303 2. Philgeps Certification/registration Number (snap Shot Of Certificate) 3. Accomplished Rfq (signed By The Authorized Representative) 4. Pcab License (applicable For Infrastructure) 5. Curriculum Vitae (cv) [applicable For Consultancy] Note: Additional Requirement May Be Requested After Determination Of Qualified And Responsive Bidders (omnibus Sworn Statement-oss) Abc: ₱ 54,000.00 Total: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. ________________________________________________ Printed Name / Signature ________________________________________________ Tel. No. / Mobile No./ E-mail Address Date: __________________________
Closing Date18 Feb 2025
Tender AmountPHP 54 K (USD 934)

KfW Bankengruppe Tender

Services
Others...+1Consultancy Services
Germany
Details: Title: Consulting Services For Conducting A Feasibility Study For The Envisaged Nile Delta Shoreline Stabilization (east Of Kitchener Drain) Project description: The Nile Delta In Egypt Is One Of The Deltas Most Vulnerable To Climate Change Worldwide. It Accounts For Large Parts Of Egypt’s Economic Activity And Source Of Employment. Therefore, Any Loss Of Prime Agricultural Land Due To Coastal Erosion And Flooding Will Have A Direct Adverse Impact On The Livelihoods Of Millions Of People Leading To Hardship Throughout The Entire Egyptian Economy. The Main Causes / Factors For Shoreline Erosion Alongside The Nile Delta Are The: - Decline In The Supply Of Fluvial Sediments To The Coast (as A Consequence Of Dam Construction Of Dams Upstream Of The Nile River), And - Rise Of The Sea Level (currently Still Minor Factor). The German Government Intends To Make Funds Available Via Kfwfor The Procurement Of Consultancy Services To Support The Egyptian Shore Protection Authority As The Project Executing Agency In The Preparation Of A Feasibility Study To Combat The Loss Of Prime Agricultural Land Due To Coastal Erosion And Flooding. The Study Serves As Preparation For An Envisaged Investment Project. The Area Of The Envisaged Project Is A 15 Km Coastal Section East Of The Kitchener Drain On The Eastern Flank Of The Nile In The Al-burullus District Of Kafr El-sheikh Governorate. The Target Group Of The Envisaged Project Is The Population In The Communities Living In Kafr El-sheikh Governorate Close To The Project Area. The Following Measures Are Intended For The Envisaged Project: - Investment Measures: Sustainable Measures For Stabilizing The Shoreline At Hotspots East Of The Kitchener Drain Aim To Reduce Shoreline Erosion And Flooding Risks While Minimizing Shoreline Maintenance Needs, Preserve Existing Infrastructure, And Enable Economic And Social Development In The Project Area. Initial Attempts To Combat Erosion By Groynes Caused In Some Places A Landward Retreat Of The Shoreline. The Envisage Project Aims To Compensate For This Sand Loss Through Nature-based Methods Such As Sand Nourishment With Sand Extracted From The Seafloor Where Deposits Of Nile Sand Accumulated In The Past. - Accompanying Measures: Besides Stabilizing The Coast East Of Kitchener Drain, The Envisaged Project Also Contributes To Familiarize And Strengthen The Egyptian Coastal Authorities With Sand Nourishment As A Means Of Nature-based Coastal Protection Leading To More Independent Future Project Implementation. The Specific Objective Of This Assignment Is To Prepare A Sound And Comprehensive Feasibility Study For The Envisaged Project Which Provides All Necessary Managerial, Technical And Financial-economic Information With A Specific Focus On Environmental And Social Risks Including Their Mitigation For Informed Decision Making. The Employer Reserves The Right To Cancel The Tender If The Financing Of The Investment Project (not The Study) Does Not Materialize, Without Incurring Any Liability Towards The Applicants.
Closing Date20 Jan 2025
Tender AmountEUR 400 K (USD 418.4 K)

Philippine Ports Authority Tender

Others
Philippines
Details: Description Request For Quotation (small Value Procurement) 1. The Philippine Ports Authority – Port Management Officer Of Palawan Through Its Pmo Palawan Bids And Awards Committee (pmo-palawan-bac) Will Undertake Procurement Of Janitorial Supplies For 1st Quarter Of Cy2025, Pmo Palawan In Accordance With Section 53.9 Small Value Procurement Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184. 2. Unless Otherwise The Supplier Has A Registry File At Ppa, All Quotations Must Be Accompanied With The Following Documents: 1. Valid Mayor’s/ Business Permit 2. Philgeps Registration Certificate Or Registration Number 3. Dti/sec Registration 4. Certificate Of Registration From Bir Omnibus Sworn Statement (attached Pro-forma) Must Be Submitted Together With The Request For Quotation. 3. All Quotations May Be Submitted By Mail, Courier Or Hand Carried On Or Before February 21, 2025 At The Admin. Division Office, 2/f, Ppa Administration Building, Port Area, Puerto Princesa City From 8:00am To 5:00 Pm; 4. All Quotations Shall Be Inclusive Of The Applicable Value Added Tax (vat) For Vat Registered Suppliers And Shall Be Valid For A Period Of Sixty (60) Calendar Days From The Deadline Of Submissions Of Quotations; 5. Any Interlineations, Erasures Or Overwriting Shall Be Valid If They Are Signed Or Initialled By The Signatory Or His/her Duly Authorized Representative/s.; 5. The Purchase Order (po) Shall Be Awarded To The Lowest Calculated Responsive Bid. Delivered Items Are Subject To Inspection, With Payment Processing To Commence Only After Acceptance By The End-users; 6. Delivery Period Shall Be In Accordance With The Number Of Days Specified In The Purchase Order; 7. Liquidated Damages Equivalent To One Tenth (1/10) Of One Percent (1%) Of The Value Of Purchase Order Not Completed Within The Prescribed Completion Period Shall Be Imposed Per Day To Day Of Delay. The Ppa May Rescind The Agreement Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of Purchase Order, Without Prejudice To Other Courses Of Action And Remedies Open To It. 8. For Further Information, You May Contact Ms. Mariza O. Nallana, Bac-pgs Head, Secretariat At Telefax (048) 434-4881 Or Ms. Meriel S. Dolor, Procurement Officer B At Telephone No. (048)433-0356. Mr. Erwin S. Gatpandan Chairperson Bids And Awards Committee For The Procurement Of Goods & Consultancy Services And Engineering Projects (pmo-palawan Bac) Ppa, Pmo- Palawan
Closing Soon21 Feb 2025
Tender AmountPHP 78.1 K (USD 1.3 K)

National Irrigation Administration Tender

Others
Philippines
Details: Description Request For Expression Of Interest For Consulting Services For The Conduct Of The Social And Environmental Impact Assessment (seia) For The Acquisition Of The Environmental Compliance Certificate (ecc)for Bikibik Small Reservoir Irrigation Project, Diffun, Quirino Under National Irrigation Administration Regional Office 02 Camasi, Peñablanca, Cagayan 1. The National Irrigation Administration – Regional Office 02 Through The Cy 2024 General Appropriations Act (gaa) Intends To Apply The Sum Of Three Million Pesos (₱ 3,000,000.00) Under One (1) Contract Package Listed Below. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. A. Itb No. : Ncb-r02-consultancy07-24 Name Of Project : Bikibik Small Reservoir Irrigation Project Location : Diffun, Quirino Name Of Contract : Consulting Services For The Conduct Of The Social And Environmental Impact Assessment (seia) For The Acquisition Of The Environmental Compliance Certificate (ecc) Approved Budget For The Contract : P 3,000,000.00 Fund Source : Fsde-gaa Of Cy2024 Contract Duration : 180 Calendar Days Bid Documents Fee : P5,000.00 2. The National Irrigation Administration – Regional Office 02, Camasi, Peñablanca, Cagayan Now Calls For The Submission Of Eligibility Documents For The Above-listed Contract Package. Interested Consultants Must Submit Their Eligibility Documents On Or Before December 16,2024; 9:30am At National Irrigation Administration-regional Office 02 Conference Room, 2nd Floor, Nia Building, Camasi, Peñablanca, Cagayan. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. Opening Of Eligibility Documents Will Be On December 16, 2024; 10:00am. 3. Interested Bidders May Obtain Further Information From National Irrigation Administration-regional Office 02, Nia Building, Camasi, Peñablanca, Cagayan And Inspect The Bidding Documents At The Address Given Below During Mondays To Friday From 8:00am To 5:00pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Shortlisted Bidders On December 27, 2024, From The Address Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Above. It May Also Be Downloaded By Interested Bidders Free Of Charge Starting December 9, 2024, From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Shall Consist Of Three (3) To Seven (7) Consultants Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Evaluation Criteria Percent Distribution Minimum Score 1. Applicable Experience 50% 40% 2. Qualification Of Personnel 30% 25% 3. Current Workload Relative To Capacity 20% 15% Total 100% 80% 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Date Of Pre-bidding Conference Exclusively For Shortlisted Bidders Shall Be On December 27, 2024 At 10:00am And The Deadline Of Submission Of Bids Shall Be On January 08, 2025, 9:30am At National Irrigation Administration – Regional Office 02 Conference Room, 2nd Floor, Nia Building, Camasi, Peñablanca, Cagayan. 7. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Weights Allocated For The Technical And Financial Proposals Are Specified Below. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders Rei No. Evaluation Criteria (qcbe) Technical Proposal Financial Proposal 1. Ncb-r02-consultancy07-24 70% 30% 8. The Duration Required For The Completion Of The Services Of The Contract Is Specified Above. 9. The National Irrigation Administration – Regional Office 02, Nia Building, Camasi, Peñablanca, Cagayan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Revised Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Danilind V. Uy Head, Bac Secretariat National Irrigation Administration – Regional Office 02, Nia Building, Camasi, Peñablanca, Cagayan Telephone No.: (078) 844-1836 Email Address: R2.eod@nia.gov.ph
Closing Date8 Jan 2025
Tender AmountPHP 3 Million (USD 51.6 K)

Kristianstads Kommun Tender

Others
Sweden
Details: The procurement concerns consultancy assignments for moisture and environmental investigations within the Municipality of Kristianstad.
Closing Date17 Feb 2025
Tender AmountNA 

Department Of Public Works And Highways Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Expression Of Interest Consulting Services For External Resettlement Monitoring Consultant For Integrated Flood Resilience And Adaptation 1 (infra 1) Project, Under Adb Financing (adb Loan No. 4345-phi) 1. The Government Of The Republic Of The Philippines - Department Of Public Works And Highway Has Applied For Financing From The Asian Development Bank Toward The Cost Of The External Resettlement Monitoring Consultant And Intends To Apply Part Of The Proceeds For The Services That Will Assist And Support The Dpwh In Executing And Implementing The Project’s Resettlement Plan. 2. The Department Of Public Works And Highways (dpwh) Is Requesting Expression Of Interests (eois) For: Project: Consulting Services For External Resettlement Monitoring Consultant For Integrated Flood Resilience And Adaptation 1 (infra 1) Project, Under Adb Financing (adb Loan No. 4345-phi) I. Consulting Services Consultant’s Services Will Be Required To Support The Dpwh Unified Project Management Office – Flood Control And Management Cluster (upmo-fcmc) In The Conduct Of External Assessment Of The Project’s Resettlement Plan To Be Implemented And In Order To Ensure That The Resettlement And Livelihood Rehabilitation Objectives Are Being Met Under Integrated Flood Resilience And Adaptation 1 (infra 1) Project. A Total Of 42 Person-months (pm) Of Inputs, For National Experts Will Be Engaged. Dpwh Will Select A Consulting Firm Following Quality-and -cost Based Selection (qcbs) Process (80:20 Ratio) In Accordance With Adb Procurement Policy 2017 And The Procurement Regulations For Adb Borrowers 2017 (as Amended From Time To Time). The Consultant’s Services Will Be Financed By The Adb And The Government. The Dpwh Will Be The Executing And Implementing Agency (ea/ia). During The Services, The Consultant Will Report To Dpwh Through The Upmo-fcmc. Ii. Key Objectives The Key Objectives Of The External Resettlement Monitoring Consultant Are As Follows: A. To Review Internal Monitoring Report And Verify Internal Monitoring Information; B. To Verify Whether The Overall Resettlement Objectives Are Being Met In Accordance With The Rp/ripp/regdp, And If Not, To Suggest Corrective Measures; C. To Assess The Extent To Which Implementation Of The Rp/ripp/regdp Complies With Adb’s Safeguard Policy Statement (sps); D. To Identify Problems Or Potential Risks/hazards; E. To Identify Methods Of Responding Immediately To Mitigate Problems And Advise The Dpwh Accordingly; And F. To Verify If The Livelihoods And The Standard Of Living Of Affected Persons (aps), Including Those Of The Non-titled Displaced Persons, Are Restored And/or Improved. Iii. Implementation Period External Monitoring Activities Will Be Carried Out For A Period Of 5 Years On A Semi-annual Basis Starting From The Conduct Of Detailed Measurement Survey Until The Completion Of Livelihood/income Restoration Activities. For Project Components Where Payment Of Compensation/allowances Has Been Substantially Completed, The External Expert Will Also Conduct A Resettlement Audit To Verify Completion Of Payment Of Compensation/allowances And Hand-over Of Plots. The External Monitoring And Evaluation Experts/qualified Ngos Will Be Composed Of One Team Leader With Extensive Experience In Monitoring And Evaluation Of Resettlement Activities In The Country With Strong Ability In Preparing Resettlement Reports. The Team Leader Will Be Assisted By At Least 3 Specialists (one For Each River Basin) With Expertise On Land Acquisition/resettlement And Social Development, Monitoring And Research Methodology, And Assets Valuation. The Payments Under This Service Shall Be Made In Lump Sum Installments Against Deliverables. The Payments Will Be Made According To The Payment Schedule Stated In The Terms Of Reference (tor). 3. Interested Consultants Should Register On The Adb Consultant Management System (cms) Where The Consulting Services Recruitment Notice (csrn) For This Project Can Be Found. In The Csrn, The Consultants Shall Accomplish The Eoi Template By Providing The Required Information And Submit To Adb Cms On Or Before January 23, 2025 Until 11:59 P.m. (philippine Time). Relevant Information Pertaining To The Services Will Be Available In The Csrn. 4. Interested Consultants Should Provide Information Demonstrating That They Have The Required Qualifications And Relevant Experience To Perform The Services. Consultants May Associate With Other Firms To Enhance Their Qualifications But Should Indicate Clearly Whether The Association Is In The Form Of A Joint Venture And/or A Sub-consultancy. In The Case Of A Joint Venture, All The Partners In The Joint Venture Shall Be Jointly And Severally Liable For The Entire Contract, If Selected. 5. The Bids And Awards Committee For Consulting Services (baccs) Shall Draw Up The Shortlist Of Consultants From Those Who Submitted The Expression Of Interest (eoi) On The Prescribed Deadline To Adb Cms. The Shortlist Shall Consist Of Six (6) Consulting Firms Who Will Be Invited To Submit Their Proposals. The Shortlisting Evaluation Criteria And Rating Systems Are: I) Technical Competence - 60% (must Demonstrate That The Firm Has Previous Experience Undertaking Similar Projects Involving Project Management, Construction Supervision With Capacity Building Of Any Infrastructure Projects In The Last Ten (10) Years); Ii) Geographical Experience - 20% (must Demonstrate Experience In The Philippines Or Any Country In Southeast Asia); And Iii) Management Competence - 20% (must Demonstrate That The Firm Has Quality Control And Assurance System In Place And Project Management Coordination In Undertaking Similar Consultancy Services). 6. The Dpwh Reserves The Right To Reject Any Or All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Interested Consultants May Contact The Following Contact Person During Office Hours (7:00 A.m. To 4:00 P.m.) Point Of Contact: Eric A. Ayapana Undersecretary For Operations In Charge Of Convergence Projects Chairman, Bac For Consulting Services 2nd Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila Telephone No.: (+632) 5-304-2925 / (+632) 5-304-3023 Email Address: Ayapana.eric@dpwh.gov.ph Obja-an.mary_grace@dpwh.gov.ph Approved By: Eric A. Ayapana Undersecretary For Operations In Charge Of Convergence Projects Chairman, Bac For Consulting Services Date Of Advertisement: December 20, 2024
Closing Date5 Feb 2025
Tender AmountRefer Documents 
3611-3620 of 3982 archived Tenders