professional development deadline proposals: 5 july 2021

21
Terms of Reference/Call for Proposals Design Research on National Teacher’s Colleges as providers of Continuous Professional Development Deadline proposals: 5 th July 2021

Upload: others

Post on 11-Jan-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Professional Development Deadline proposals: 5 July 2021

Terms of Reference/Call for Proposals

Design Research on National Teacher’s Colleges as providers of Continuous

Professional Development

Deadline proposals: 5th July 2021

Page 2: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 2/21

Content

Summary of consultancy __________________________________________________________________ 3

1. General Provisions __________________________________________________________________ 4 1.1. Tendering Organisation _____________________________________________________________ 4 1.2. Background on the organisation ______________________________________________________ 4

2. Technical Provisions _________________________________________________________________ 4 2.1. Object of the procurement ________________________________________________________ 4 2.2. Policy background to the consultancy _______________________________________________ 4 2.3. Objectives and scope of the consultancy _____________________________________________ 5 2.4. Methodological requirements ______________________________________________________ 6 2.5. Deliverables and Timelines _______________________________________________________ 7 2.6. Location ______________________________________________________________________ 8 2.7. Background documentation _______________________________________________________ 9 2.8. Ethical considerations ___________________________________________________________ 9

3. Administrative Provisions _____________________________________________________________ 9 3.1. Implicit declaration of honour, compliance, and integrity of bidders _________________________ 9 3.2. Eligibility criteria ________________________________________________________________ 9 3.3. Qualitative selection criteria ______________________________________________________ 10 3.4. Application requirements ________________________________________________________ 10 3.5. Validity of the proposals _________________________________________________________ 11 3.6. General conditions of sale _______________________________________________________ 11 3.7. Negotiations __________________________________________________________________ 11 3.8. Award procedure and applicable legislation _________________________________________ 11 3.9. Notification, place of delivery, and duration of the contract ______________________________ 12 3.10. Site visit and information session _______________________________________________ 12 3.11. Conformity of the quotation ____________________________________________________ 12 3.12. Awarding criteria and procedure ________________________________________________ 12 3.13. Pricing and price components __________________________________________________ 15 3.14. Terms of payment ___________________________________________________________ 16 3.15. Possibility of not awarding or concluding the contract ________________________________ 16 3.16. Bidders responsibilities during the execution of the contract ___________________________ 16 3.17. Delay penalties _____________________________________________________________ 17 3.18. Bail ______________________________________________________________________ 17 3.19. Disputes __________________________________________________________________ 17 3.20. Confidentiality clause (personal data) ____________________________________________ 17 3.21. Supervision and monitoring of the consultancy _____________________________________ 17

ANNEX A ______________________________________________________________________________ 18

ANNEX B ______________________________________________________________________________ 19

Page 3: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 3/21

Summary of consultancy Public procurement reference

2021_ToRTAP_01

Type Services (research)

Contracting authority VVOB in Uganda Toon De Bruyn, Country Programmes Manager [email protected] Contact persons: Ronald Ddungu, Education Advisor, [email protected] John William Okello, Monitoring, Evaluation and Learning Advisor, [email protected]

Objective Recommend effective and scalable Continuous Professional Development (CPD) delivery model(s) for O-level teachers and school leaders that can be provided by National Teachers’ Colleges (NTCs).

Timeframe Start contract: July 2021 Research: July-October 2021 Final report: November 2021

Methodology Design research utilising mixed methodology in close collaboration with VVOB and partners such as the Uganda National Institute of Teacher Education taskforce.

Budget 30.000 to 35.000 Euros

Procedure Negotiated procedure without publication but with local announcement

Profile Consultants should be experts in intervention research and design, with profound knowledge of the education sector and extensive proven experience in the country.

Deadline Questions 30th June 2021 5pm EAT

Deadline Proposals 5th July 2021 5pm EAT

Page 4: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 4/21

1. General Provisions

1.1. Tendering Organisation

This call is issued by VVOB Uganda, represented by its Country Programmes Manager, Toon De Bruyn. Address: Kyadondo Block 244, Plot 5828, Kironde Road, Muyenga, Kampala, Uganda. The call will be followed up by Ronald Ddungu, Education Advisor Uganda and by John William Okello, Monitoring, Evaluation and Learning Advisor Uganda. All correspondence regarding the content and procedure of this call should be sent to [email protected] and to [email protected].

1.2. Background on the organisation

VVOB is a non-profit organisation with over 35 years of experience in improving the quality of education systems. VVOB currently has long-term partnerships with Ministries of Education in 9 countries (Cambodia, DR Congo, Ecuador, Rwanda, South Africa, Suriname, Vietnam, Zambia, and Uganda) and works with a range of education actors in Belgium.

VVOB’s vision is to strive for a sustainable world based on equal opportunities through equitable and quality education. To this end, VVOB strengthens the capacity of those institutions that provide professional development for teachers and school leaders in four sub-sectors (early childhood education, primary education, general secondary education and secondary technical and vocational education and training, TVET).

To realise these objectives, VVOB focuses on capacity development of its operational partners: ministries of education, teacher training institutions and organisations focusing on professional development. Partners range from national and regional governments to institutions, individual schools, school leaders, teachers, and students.

Since 2019, VVOB is operational in Uganda, where we are currently implementing the following projects:

I. From classroom to land: teaching agriculture practically (TAP), funded by the Belgian Government.

II. Teaching at the Right Level (TaRL) for over-age-for-grade adolescent primary school students in refugee hosting communities (2020-2014), funded by UNICEF.

III. Improving Teaching Skills on Playful Learning for Africa’s Youngest (IT’S PLAY), funded by LEGO Foundation.

This assignment is part of “Teaching Agriculture Practically”, about which more information can be found here. More specifically, it contributes to the third pillar of the project – that is, to strengthen the enabling environment for further agriculture teacher / instructor professional development.

2. Technical Provisions

2.1. Object of the procurement

This procurement is not divided into lots and is not subdivided in fixed and conditional parts. The contract is not reserved to specific economic operators such as sheltered workplaces, people with disabilities, disadvantaged people, and protected professions.

2.2. Policy background to the consultancy

Quality continuous professional development (CPD) of teachers is well-known to contribute to effective teaching, which – in turn – has an important positive effect on student outcomes. This is explicitly recognised in Uganda’s National Teacher Policy (NTP), articulated by the Ministry of Education and Sports (MoES) in 2019. The NTP aims to: “to provide a framework to professionalise and standardise

Page 5: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 5/21

the teaching profession and enhance the development and management of teachers. It is to provide strategies to enhance professionalism; develop and enforce standards; and streamline the professional development and management of teachers.”

The NTP also provided for the establishment of two bodies to oversee and regulate the provision of CPD: the National Teachers’ Council, which will be responsible for accreditation of teacher education, managing the professional development of teachers, evaluating the performance of educational institutions, coordinating the process of evaluating teachers’ performance among others; and the Uganda National Institute of Teacher Education (UNITE) that will work with the National Teachers’ Council to implement the CPD framework for all teachers at the various education levels.

At the moment, Shimoni Primary Teachers’ College (PTC) functions as the UNITE base. The existing National Teachers Colleges (NTCs) and the National Instructors College Abilonino (NICA) are expected to become accredited UNITE Campuses and to provide CPD programmes approved by the National Teachers’ Council. The five NTCs and NICA will not be the only providers: civil society organisations (CSOs) and other stakeholders will also be able to submit CPD programmes to the National Teachers’ Council for approval. In principle, the Council’s approval system will be open to a range of CPD modalities, including training, collaborative teacher networks, professional learning communities, study groups, seminars, workshops, conferences, undertaking projects to improve learning, among others.

Besides the already mentioned, several other policy frameworks guide in conceptualising and operationalising CPD, such as the:

I. 2017 CPD Framework II. 2018 Teacher Incentive Framework (TIF) III. 2019 Uganda Teachers’ Standards and Professional Ethics IV. 2018 CPD guidelines and toolbox for NTCs

V. Competency frameworks and standards for teachers and school leaders.

These documents can be obtained at VVOB upon request.

2.3. Objectives and scope of the consultancy

Altogether, the various policy documents and institutional frameworks formulate a clear ambition: CPD is an important pathway to improved teacher quality and learning outcomes, and therefore all teachers are expected to participate in 60 hours of CPD each year. New entities such as UNITE are being established to ensure there is a high-quality offer of CPD for all teachers. Within the implementation plans, NTCs are positioned as key providers of CPDs. However, it is not yet clear how these CPD programmes should be organised and what it would require to set-up NTCs as effective providers.

VVOB is commissioning this design study to utilise evidence and insights from stakeholders to develop clear recommendations as to the design of effective and scalable CPD programmes that can be delivered through NTCs.

Objectives The main objective of this assignment is:

To recommend effective and scalable CPD delivery model(s) for O-level teachers and school leaders that can be provided by National Teachers’ Colleges in Uganda.

Balancing effectiveness and scalability in a way that is suitable to the Ugandan context is absolutely key to reaching this stated objective. This balancing act is expected to be a challenge according to Curtiss and Perlman (2020). Following these authors’ recommendations, successful consultants will therefore be expected to provide several possible options for the consideration of VVOB and its strategic partners. Given their history and role as providers of initial teacher education, the NTCs have pre-existing experience and capacity to deliver face-to-face training (to relatively small cohorts of future teachers). The successful consultants are advised to keep NTCs’ acquaintance with training models in mind when

Page 6: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 6/21

presenting recommendations for CPD models, however, alternative options for CPD delivery are welcome, as are solutions that include a variety of components.

The assignment does not include the development of content for specific CPD programmes, nor does it aim to make CPD content recommendations. The options presented should be generic enough to adapt to various subject areas (in the case of CPD for teachers). That said, the successful consultants will keep in mind that this call for proposals is launched as part of the Teaching Agriculture Practically (TAP)-project. This creates the expectation that the recommendations made would indeed be applicable to NTCs delivering effective CPD to O-level school leaders and O-level teachers of agriculture and entrepreneurship. Where the consultants find that school leaders (Head Teachers and Deputy Head Teachers) would benefit from a different delivery model, we welcome suggestions on how to tailor delivery models for this target group. Specific objectives

a. To identify the key features1 of effective CPD models for teachers and school leaders based on robust existing empirical evidence and specify the role that Uganda’s NTCs would play in the delivery of such a model.2 VVOB will provide a minimum set of studies that the consultants must consider and complement with relevant other studies.

b. To assess the scalability of these models in the context of Uganda, making use of the Education Scalability Checklist (see here). This includes identification of opportunities for and barriers to scaling.

This exercise should involve key staff from UNITE, MoES, Teacher Education and Training Department (TETD), VVOB, NTCs, etcetera. VVOB Education Advisors will guide the successful consultants in the use of the relevant sections of the Checklist (in particular the individual scoring sheet and the group scoring, not the action plan and progress sections).

c. To gather user-feedback from O-level teachers and school leaders on the draft options for effective, scalable CPD models identified based on a. and b. and to identify likely barriers to access and demand.

d. To consolidate the findings from a., b., and c. into recommended options for effective, scalable CPD models provided by NTCs including a description of capacities required by NTCs to deliver these models.

e. To validate recommendations with TETD and UNITE and incorporate feedback into a set of final recommendations for CPD models delivered by NTCs.

Target audience

The primary audience of the research report will be the MoES - in particular UNITE and TETD – the National Teacher’s Colleges and VVOB. It is expected that these agencies are involved in the research process and contribute to the development of the CPD models. VVOB may develop knowledge products for a broader audience of education actor based on the research report.

2.4. Methodological requirements

VVOB recommends that the consultant(s) adopt a design research approach that may draw hypotheses from policy frameworks and existing research but results in contextual recommendations that are rooted

1 Suggested relevant features include: CPD components -- Modality (offline, blended, online), follow-up mechanism at the school level, proportion and connection theory and practice, assessment, complementary teaching and learning materials; Financing -- cost estimate / main cost drivers, cost-sharing/recovery mechanisms; Access – Training location, selection procedure; Incentives – Certification, rewards, and accountability pressure; Impact – Measures to ensure CPD leads to student outcomes.

2 This includes looking into: HR requirements / needs – # and profile of trainers / facilitators / coaches; Annual

delivery schedule for the NTC – Combination with role in delivery of initial teacher education.

Page 7: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 7/21

in an intimate understanding of the context user-preferences, system levers and barriers. This means that end-users will be consulted, and a context analysis guided by the Education Scalability Checklist will be executed. The consultants are encouraged to come up with innovative methods of data collection and stakeholder involvement to support a critical analysis of the context. The following components are expected to be included in the Consultant’s research proposal.

1. A rapid literature review on effective CPD models, including the basic literature identified and provided by VVOB.

2. Working sessions with VVOB education advisors to align the Education Scalability Checklist and research tools to fit the scope and objective of this study.

3. Consultations using the individual scoring sheet of the Education Scalability Checklist to gather insights from the key stakeholders regarding the contextual opportunities and barriers to implement the CPD models identified in literature (UNITE taskforce, TETD, NTC leadership, VVOB and other key players in CPD/teacher development).

4. A scalability assessment workshop including key stakeholders to consolidate findings. 5. End-user surveys to get feedback on the demand and access opportunities and barriers from O-

level agriculture and entrepreneurship teachers as well as school leaders (Head Teachers and Deputy Head Teachers) in a representative set of schools within the catchment area of participating NTCs. (e.g., public/private, small/large student population, urban/rural).

a. The expected sample size is three to four participants representing approximately fifteen O-level schools based on purposeful sampling (region, public/private, small/large student population, urban/rural in the catchment areas of all five NTCs.

b. These surveys should be (semi-) structured with a clear coding guide to limit the time spent on entry and analysis.

6. Regular meetings with VVOB and UNITE about the models emerging at various stages of the research.

7. A final validation meeting with key stakeholders to gather feedback on the final recommendations. Due to the current COVID-19 risks involved in physical research activities we expect the consultants to present a COVID-19 risk mitigation plan. We request the consultants to present virtual methods for data collection with teachers, school leaders and NTC staff. The working sessions and workshops may also have to take place remotely. VVOB will assist the consultants with a list of schools in the catchment areas of the NTCs from which sampling can be executed.

2.5. Deliverables and Timelines

The consultancy is expected to be completed within not more than six months starting from the date of contract signing. The pre-final report must be presented to relevant stakeholders in October 2021. Feedback of the relevant stakeholders must be processed, and final report delivered max. 2 working weeks after the presentation.

The following timelines and guidelines for the preparation of deliverables are given as a reference; adaptations can be done in agreement with VVOB and UNITE Taskforce.

Objective Deliverables Estimate number of consultant days

Estimate Timeline

a. To identify the key features of effective CPD models for teachers and school leaders based on robust existing empirical evidence and specify the role that Uganda’s NTCs would play in the delivery of such a model.

1. Complete set of studies (table with titles and summary of findings, folder with literature files).

10

6th August 2021

2. Overview of key features of effective CPD.

3. Draft options for effective CDP models, incl. description of role of NTCs in delivery. 2

Page 8: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 8/21

b. To assess the scalability of these models in the context of Uganda, making use of the Education Scalability Checklist.

4. Design and methodology for data collection and analysis (incl. data collection instruments)

3

20th August 2021

5. Data files 10 (majority enumerator)

6. Report of findings 4

27th August 2021

7. Scalability assessment workshop

3 3rd September

8. Completed ESC (incl. overview of opportunities and barriers; minus action plan)

4 10th Sept 2021

a. + b. 9. Draft options for effective and scalable CPD models

4 17th Sept 2021

c. To gather user-feedback from O-level teachers and school leaders on the draft options for effective, scalable CPD models identified based on a. and b. and to identify likely barriers to access and demand.

10. Design and methodology for data collection and analysis (incl. data collection instruments)

3 8th October 2021

11. Data files. 25 (majority enumerator)

12. Report of findings. 4 15th October 2021

d. To consolidate the findings from a., b., and c. into recommended options for effective, scalable CPD models provided by NTCs including a description of capacities required by NTCs to deliver these models.

13. Recommended options for effective and scalable CPD models incl. required capacities for NTCs.

5 22nd October 2021

f. To validate recommendations with TETD and UNITE and incorporate feedback into a set of final recommendations for CPD models delivered by NTCs.

14. Validation workshop. 3 29th October 2021

15. Final report incorporating feedback from key stakeholders.

5 12th November 2021

All deliverables will be in English and in soft copy, using common Office / Adobe formats (i.e., word, excel or PowerPoint, .PDF) format. All reports will contain a table of contents (auto linked to the (sub)titles of chapters) and list of acronyms. The datasets will be delivered in .xlsx or a software format that is freely accessible. Documents need to be checked for language and legibility: including grammar and spelling before submission.

2.6. Location

The research is carried out in Uganda with participants from all regions. However, the consultants are advised to conduct the data collection virtually to minimise the risk of COVID-19.

Page 9: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 9/21

2.7. Background documentation

VVOB will give the consultants access to key literature, relevant policy documents, their recent policy review, contacts of key stakeholders, a list of schools, and an introduction to the Education Scalability Checklist.

2.8. Ethical considerations

Ethical aspects of the consultancy such as data collection from human subjects and their consent should be covered in the technical proposal.

3. Administrative Provisions

3.1. Implicit declaration of honour, compliance, and integrity of bidders

In accordance with Article 39 of the Royal Decree, the fact of submitting an offer constitutes an implicit declaration on honour that the bidder is not in one of the situations of exclusion referred to in Articles 67 to 69 of the Law (Belgian Law of 17 June 2016 on public contracts (Official Gazette of 14 July 2016) and the Royal Decree of 18 April 2017 on public contracts in the conventional sectors (Belgian Official Gazette of 9 March 2017).

3.2. Eligibility criteria

a. This call is open to consultants:

i. that have permission to work in Uganda. ii. who meet the required experience and expertise as specified.. iii. who comply with all administrative requirements and legal obligations such as travel documents,

visa, tax, fiscal and social obligations, work permits etc. needed to perform the assignment as described in this terms of reference.

b. Compulsory grounds for exclusion The contracting authority shall, at any stage of the procedure, exclude the bidder from participation in the award procedure if it is established that the bidder has been convicted by a judgment which has the force for one of the following offences:

I. participation in a criminal organisation, II. corruption

III. fraud IV. terrorist activities, offences connected with terrorist activities or inciting, aiding, or attempting

to commit such an offence. V. money laundering or terrorist financing, VI. child labour and other forms of trafficking in human beings VII. employment of illegally staying third-country nationals.

Evidence to be submitted by the tenderer: signed declaration of honour (see ANNEX A). c. Exclusion ground relating to tax and social security debts At any stage of the award procedure, the contracting authority shall exclude the participation of a bidder who does not fulfil his obligations relating to the payment of taxes or social security contributions.

Evidence to be submitted by the tenderer: signed declaration of honour (see ANNEX A).

d. Compliance with VVOB’s Codes of Conduct Compliance with VVOB's Codes of Conduct is extremely important to the contracting authority. Any bidder found to be in default on this point will be automatically excluded from the procedure.

The bidder will conduct itself at all times in accordance with (i) VVOB's General Code of Conduct, (ii) VVOB's Child protection policy and (iii) VVOB's Youth protection policy (hereinafter the Codes of

Page 10: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 10/21

Conduct). The Codes of Conduct form part of VVOB's Integrity Policy, which can be consulted at www.vvob.org. The bidder will further ensure that all personnel and (sub)contractors involved in the execution of this contract, as well as all affiliated companies, comply with the Codes of Conduct. In case of credible accusations that the bidder or one of its staff members, branches or (sub)contractors has violated the Codes of Conduct, VVOB may terminate the contract with immediate effect and without compensation through written notification. VVOB may decide to suspend the agreement temporarily in anticipation of the investigation into an alleged breach of the Codes of Conduct by means of a written notification sent to the bidder. e. Compliance with United Nations regulations The bidder declares by submitting an offer that he complies with all applicable laws, rules, and regulations; industry standards; ILO and UN conventions, including but not limited to the UN Universal Declaration of Human Rights; the UN Convention on the Rights of the Child; the UN convention on Elimination of Discrimination against Women; the UN Global Compact; the UN Convention against Corruption and the OECD Guidelines for Multinational Enterprises.

3.3. Qualitative selection criteria

No qualitative selection criterion is foreseen in the context of this contract.

3.4. Application requirements

The signed proposal must be submitted in English in PDF format by e-mail to Ronald Ddungu, Education Advisor, [email protected] and John William Okello, Monitoring, Evaluation and Learning Advisor, [email protected], before the 5th of July 2021, 5pm, and mention in object: ‘Quotation ref 2021_ToRTAP_01’.

Quotations submitted late (after this deadline) will be retained but will not be counted towards the award of the contract. In the case of submission of a BAFO (best and final offer), the same provisions apply. See below "Negotiations".

The bidder may submit only one quotation for this contract.

The estimated date for the awarding of the contract is 19th July 2021.

The quotation must consist of the following documents and information:

a. Administrative section of the quotation, including at least

I. identity of the bidder: business name, legal form, nationality, address, telephone number, e-mail address, contact person and Tax Identification Number, Social Security Number.

II. proof regarding compulsory grounds for exclusion (see requested documents in point 3.2b). III. proof of compliance with the tenderer's obligations regarding the payment of taxes and social

security contributions (see requested documents in point 3.2c). IV. proof regarding the qualitative selection criteria (see point 3.3). V. proof that the signatory is authorised to sign for the company. VI. account number with denomination on which the payments must be made, stating the name

and address of the bank and the BIC/SWIFT code.

b. Technical section of the quotation

I. Understanding of the TOR, outlining the scope of work. II. Proposed study design and methods for data collection and analysis.

III. Proposed design principles guiding the progressive development of recommendations for the CPD models throughout the study.

IV. Risk mitigation measures.

Page 11: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 11/21

V. Detailed workplan/ timeframe that respects deadlines in indicative timeframe. VI. COVID-19 risk management plan for all research activities. VII. Team composition, outlining the names and roles of each proposed expert/consultant, clearly

indicating the lines of communication between the team and the other stakeholders. VIII. Contact details for two references and other information supporting the required expertise listed

in the qualitative requirements. IX. In attachment:

• The company profile (if applicable) and CVs of all participating consultant(s) with details of qualifications and experience, related to the assignment at hand.

• An overview of the (lead) consultant’s past work, focusing on the most relevant to this assignment. This should include a digital copy of at least one previous education study report delivered by the (lead) consultant.

d. Financial proposal

The completed and signed price list provided in ANNEX B, present an all-inclusive financial proposal with all unit prices in euros, detailing number of days and daily fee for each of the proposed consultants/assistants as well as the costs for data collection.

3.5. Validity of the proposals

Submitted proposals shall be valid for 90 calendar days from the final date for submission of offers. The same deadline shall apply to the BAFO from the final date of submission.

3.6. General conditions of sale

By participating in this contract, the bidder waives its sales conditions and endorses the purchase conditions of VVOB.

The bidder is therefore not authorised to add to her/his tender any general conditions that conflict with the administrative and technical conditions of VVOB for this contract. Any contrary condition will result in a substantial irregularity in the tender.

3.7. Negotiations

VVOB reserves the right to negotiate on the conditions of the proposals or not (regularisation: missing documents, lack of clarity or other; or improvement of the proposed conditions: price or other).

In case of negotiations, VVOB will conclude the negotiations by proposing to submit a BAFO (best and final offer). No changes/adjustments/regularisations whatsoever can be made to the BAFO submitted. The award criteria and the minimum requirements certainly do not qualify for negotiations.

3.8. Award procedure and applicable legislation

This public contract is a negotiated procedure without prior publication in accordance with Belgian public procurement law.

Documents, to the exclusion of all others, applicable to the agreement.

The applicable legislation and in particular those concerning public procurement: 1. Law of 17 June 2016 on Public Procurement 2. Royal Decree of 18 April 2017on public procurement procedures 3. Royal Decree of 14 January 2013 on execution of public contracts 4. Law of 17/06/2013 on motivation, information and legal protection The documents referred to above are available on the internet at www.publicprocurement.be. This agreement is also subject to:

Page 12: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 12/21

1. The specifications in this call and in its appendices, and any notes, standards or documents referred to. The tenderer is deemed to have taken note of this and to have taken it into account when preparing his

2. All laws and regulations concerning requested products and materials (e.g., CE conformity etc.) 3. ARAB and AREIA

4. The General Data Protection Regulation: Regulation (EU) 2016/679 of the European Parliament and of the Council of 27 April 2016 on the protection of natural persons with regard to the processing of personal data and on the free movement of such data, and repealing Directive 95/46/EC.

Also apply:

• The additions, amendments and replacements to the aforementioned laws, and other documents on the date of their entry into force with due observance of any transitional provisions”.

3.9. Notification, place of delivery, and duration of the contract

Notification: The contract is concluded by sending a notification letter by e-mail or post, possibly preceded by an information message. Place of execution: Uganda Kampala and virtual meetings with participants in other regions Duration and starting date: maximum six months, estimated starting date 19th of July 2021. Extensions: Without object Repetitions: Without object (not possible) End date of the contract: The contract ends on the last day of the duration of the contract (including extensions, if any). After this date, no performance can be carried out with reference to this contract. Early termination of the contract: Without object.

3.10. Site visit and information session

Site visit: Without object: no site visit provided. Information session: Without object: no information session provided.

3.11. Conformity of the quotation

In order to be compliant, a) the quotation must be signed, b) the quotation must contain all the information and documents requested in this call for

quotations, c) the quotation must propose supplies/services that conform to what is expected and described

by VVOB, d) the provider must meet the minimal selection criteria referred to in points 3.3 and 3.4 of this

call. Quotations that do not conform will be rejected and will not be admitted to the technical and financial evaluations. If the bidder does not use the documents (financial proposal template) attached to this call for quotations, they shall bear full responsibility for ensuring that the documents used correspond exactly to those provided for.

3.12. Awarding criteria and procedure

Employees of any of the operational partners (TETD/UNITE), will not be accepted as eligible to conduct this study. VVOB will award the contract to the provider who has submitted the most economically advantageous offer as determined on the basis of the following awarding criteria:

a. Price criterion (weight 40/100 points)

1. Evaluated on the basis of the rule of three whereby the cheapest offer receives 40 points.

Page 13: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 13/21

b. Technical criteria

Only proposals that have at least 70% of the maximum points on the technical part, will be considered for evaluation of the financial part.

Technical exclusion criteria without allocation of points 1. Characteristics of the proposal: proposals that do not respond to the minimal technical

requirements stated in section 2 will be rejected. 2. Plagiarism: proposals that represent content and ideas of others without references will be

rejected.

Technical criteria with allocation of points (weight 60/100 points)

1. Quality of the research proposal (weight 30/100 points)

Criterion Weight Descriptors used to award points

0 Not existing/ impossible to define

1 Very weak

2 Weak

3 Satisfactor

y

4 Good

5 Very good

Understanding of the assignment

10 points

The proposal does not present any background or description of the purpose of the study. = 0 points.

The proposal presents an inaccurate interpretation of the background and purpose of the study. = 2 points

The proposal presents the consultants understanding of the assignment using exact content of the TOR. = 4 points

The proposal presents an accurate summary of the background and purpose of the study. = 6 points

The proposal reflects the consultants’’ own interpretation of the assignment. = 8 points

The proposal presents a meaningful re-structuring of the background and purpose based on additional research or policy documentation. = 10 points

Technical approach and methodology

15 points

The proposal does not explain the methodology proposed to achieve the research objective. = 0 points

Data collection and analysis methods proposed are not relevant to the purpose and scope of the study. = 3 points

Data collection and analysis methods partially operationalise the key activities listed in TOR point 2.4. = 6 points

Data collection and analysis methods are presented with a minimal explanation and are aligned to all the key research activities mentioned in TOR point 2.4. = 9 points

Data collection and analysis methods are clearly described and fit the purpose and scope of the study. = 12 points

Data collection and analysis methods include original ideas that help achieve the purpose more effectively. = 15 points

Page 14: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 14/21

Proposal presentation

5 points

The proposal is completely incomprehensible. = 0 points

At least one of the sections of the proposal is incomprehensible sections = 1 point

The proposal is comprehensible but is poorly written with more than 10 errors in spelling, grammar, and punctuation = 2 points

The proposal is comprehensible and demonstrates less than 10 errors in spelling, grammar, and punctuation. = 3 points.

The proposal is coherent and well-written with less than 5 errors in spelling, grammar, and punctuation. = 4 points.

The proposal is visually attractive, coherent, and well-written with less than 5 errors in spelling, grammar, and punctuation. = 5 points.

2. Quality of the consultant team (weight 20/100 points) The lead consultants who will execute the research have proven experience in similar assignments. The provided experience for minimal two and maximum four lead consultants who will effectively be assigned to the contract will be evaluated according to the criteria below. The maximum number of points to be obtained per item will be divided by the number of consultants for whom references are provided in the proposal.

Criterion Weight Descriptors used to award points

0 Not existing/ impossible to define

1 Very weak

2 Weak

3 Satisfactory

4 Good

5 Very good

Lead consultants have conduct-ed similar assignments for inter-national agencies.

10 points

No evidence provided for similar assignments conducted. = 0 points

Evidence provided for assignments that are not related nor relevant to the assignment = 2 points

Evidence provided for 1 related assignment (international or national). = 4 points.

Evidence provided for 2 related assignments of which 1 was with an international agency and 1 is relevant. = 6 points.

Evidence provided for 2 relevant assignments with international agencies. = 8 points

Evidence provided for more than 2 relevant assignments with international agencies. = 10 points

Lead consultants’ relevant education background (weight 10 points)

10 points

No consultants included with the required minimum qualifications of a master’s degree in social science, education, economics, or related field. = 0 points

1 lead consultant with a master’s degree in an unrelated field of study = 2 points

1 lead consultant with a master’s degree in social science, education, economics, or related field. = 4 points

Two lead consultants with the same master’s degree in social science, education, economics, or related field. = 6 points

Two lead consultants’ complementary master’s degrees in social science, education, economics, or related field. = 8

Two lead consultants with complementary master’s degrees in social science, education, economics, or related field with at least one consultant holding a PhD. = 10 points.

Page 15: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 15/21

3. Feasibility of the work plan (weight 10/100 points)

Criterion Weight

Descriptors used to award points

0 Not

existing/ impossible to define

1 Very weak

2 Weak

3 Satisfactory

4 Good

5 Very good

Work plan and timing

10points

No work plan provided = 0 points

The work plan exceeds the timelines indicated in TOR point 2.5 and omits deliverables. = 2 points

The work plan does not speak to all deliverables of the TOR point 2.5 but stays within the timelines. = 4 points.

The work plan speaks to the deliverables and timelines presented in TOR section 2.5 but some of the activities require adjustments to fit the scope/timelines of the study= 6 points

The work plan is feasible and reflects the right scope and timeline of the study presented in TOR 2.5. = 8 points

The work plan presents unique strategies to achieve the deliverables presented in TOR point 2.5 effectively. = 10 points

All qualified respondents will be notified about the final decision. The consultant with the winning proposal shall be offered a contract stipulating standard VVOB contract terms and the Terms of Reference.

3.13. Pricing and price components

PRICING: The quantities are estimated (order as per price list), see detailed pricelist to complete in ANNEX B.

The prices are mentioned in Euros. The total amount of the offer is expressed in numbers and in full

characters.

ELEMENTS CONCLUDED IN THE PRICE:

The proposed price is all-inclusive and includes all administrative, transport, delivery, customs clearance and all other possible costs related to the delivery and execution of the contract. The bidder establishes the amount of her/his bid of proposal according to her/his own calculations and estimates, taking into account the content and scope of the contract. The unit prices and global prices of each item of the pricelist, if any, shall be determined by respecting the relative value of these items with respect to the total amount of the tender. All general and financial costs, as well as the proceeds, are divided proportionally between the various items according to their importance. The contract does not allow refundable costs. Prices are fixed for the duration of the contract (no price revision allowed). VERIFICATION OF THE PRICE The bidder shall provide all indications permitting the comparison of prices or costs as requested by the contracting authority. The correction of errors is carried out by VVOB.

Page 16: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 16/21

3.14. Terms of payment

The invoice(s) is (are) dressed after performance milestones stipulated in the contract. The invoice(s) is(are) sent by post/by email to the following address: [email protected]. Payment will be made within 30 calendar days from the moment the regularly dressed invoice is in the possession of VVOB. Invoices can be submitted for consideration based on the following payment schedule.

Instalment #

Deliverable(s) % of value of contract to be paid

Tentative timeline for deliverable

1 • Literature review including the complete set of studies consulted and draft options for effective CDP models, incl. description of role of NTCs in delivery reviewed and approved by VVOB.

• Set of data collection and analysis tools for individual consultations reviewed and approved by VVOB.

30% 20th August 2021

2 • Report of findings individual consultants and scalability assessment workshop reviewed and approved by VVOB.

• Set of data collection and analysis tools for end-user consultations reviewed and approved by VVOB.

40% 8th October 2021

3 • Final report that incorporates the feedback gained during the validation workshop reviewed and approved by VVOB.

30% 12th November

3.15. Possibility of not awarding or concluding the contract

The conclusion of the procedure does not imply an obligation to award or conclude the contract. The contracting authority may refrain from awarding or concluding the contract, or may reopen the procedure in another way, if necessary.

3.16. Bidders responsibilities during the execution of the contract

The bidder commits themselves to have the assignment carried out by the persons stated in the quotation, except in the event of force majeure. The persons mentioned or their replacements are all deemed to effectively participate in the execution of the contract. The bidders’ personnel must be sufficient in number and must, each in his field, possess the requisite competence to perform the contract regularly and correctly. The bidder must immediately replace all members of staff whom VVOB vzw has designated as an objection to the proper execution of the contract due to their incompetence, bad will or generally known misconduct. The bidder shall assume full responsibility for errors or defects in the services performed, in particular in the examinations, calculations, plans and all other documents drawn up by him for the execution of the contract. The services that do not correspond to the terms and conditions of the contract or that were not provided in accordance with the rules of the art must be restarted by the bidder. If not, VVOB will take ex officio measures at the bidders’ expense and risk through one of the means of intervention mentioned in the applicable law. In addition, the bidder is exposed to fines and penalties for non-compliance with the terms and conditions of the contract.

Page 17: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 17/21

Consequently, the bidder must indemnify VVOB against any damages that it may owe to third parties on account of its delay in performing the contract, insofar as the bidder is responsible for such delay.

3.17. Delay penalties

The imposition of delay penalties for failure to comply with the execution period is done in accordance with Article 154 of the Belgian Royal Decree of 14 January 2013.

3.18. Bail

No bail is required for this contract.

3.19. Disputes

Only Belgian law is applicable for the interpretation of the contractual clauses and the determination of the rights and obligations that would NOT be mentioned in these clauses.

The parties are forbidden to sue each other without prior notice of default.

Any dispute between the parties which cannot be settled amicably by voluntary mediation will be brought before the courts of the judicial district of Brussels Capital Region.

3.20. Confidentiality clause (personal data)

The bidder should be aware that the contracting authority attaches importance to the protection of personal data for the processing for which it assumes the role of data controller in accordance with Article 4, paragraph 7 of the Regulation (EU) 2016/679 of the European Parliament and of the Council of 27 April 2016 on the protection of individuals with regard to the processing of personal data and on the free movement of such data (hereinafter "GDPR").

The bidder undertakes to comply strictly with the obligations provided for by the GDPR and Belgian law on the protection of personal data, regarding the processing of data entrusted to it by the Contracting Authority or collected by the bidder on behalf of and at the request of the Contracting Authority.

If the bidder reasonably considers that other agreements should be concluded in order to comply with the applicable legislation, the bidder will proactively inform the contracting authority. In any case, the bidder must cooperate in good faith with the contracting authority in order to comply with the applicable legal provisions at all times.

For all questions regarding the protection of personal data, the bidder may contact the Contracting Authority's Data Protection Officer or their designate.

For more information about the confidentiality policy within VVOB VZW, the way to exercise one of the rights provided by the GDPR or to report a personal data leak, the bidder can visit the website of the Contracting Authority (www.VVOB.org).

3.21. Supervision and monitoring of the consultancy

Questions related to this call can be sent via email by 30th June 2021 at 5 PM EAT. Questions regarding the technical aspects presented in this TOR should be addressed only to Ronald Ddungu, Education Advisor, [email protected] and John William Okello, Monitoring, Evaluation and Learning Advisor, [email protected]. Questions regarding the administrative provisions should be addressed to Laetitia Kiyingi, Operations manager, [email protected] and Toon De Bruyn, Country Programmes Manager, [email protected].

Page 18: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 18/21

ANNEX A

Declaration on honour concerning the exclusion criteria and absence of conflicts of interest Reference of the procurement: I, the undersigned [insert name of the person signing this form]:

declares it its own name (if the economic operator is a natural person or in the case of a declaration by a director or a person with powers of representation, decision-making or control over the economic operator) or

as representative of (if the economic operator is a legal person) full legal name (for legal persons only) Full legal form (for legal persons only): full official address: company registration number: that the company or organisation that he (or she) represents / he (or she):

a) is not bankrupt or in receivership, has not ceased or suspended trading, is not subject to a court settlement or other arrangement with creditors and is not involved in any similar proceedings under national laws and regulations;

b) has not been convicted of an offence concerning his or her professional conduct by a judgment which has the force of res judicata;

c) has not been guilty of grave professional misconduct proven by any means which the contracting authority can justify;

d) has fulfilled all its obligations relating to the payment of social security contributions and the payment of taxes in accordance with the legal provisions of the country in which it is established or with those of the country of the contracting authority or those of the country where the contract is to be performed;

e) has not been the subject of a judgment which has the force of res judicata for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Communities' financial interests;

f) that no administrative penalty has been imposed on him (or her) or on the organisation which he (she) represents for supplying incorrect information in response to the request by the contracting authority for participation in the contract procedure or for failing to supply this information or for having seriously failed to fulfil its obligations in respect of contracts.

Furthermore, the undersigned declares on word of honour:

g) that he (she) is not in a situation of conflict of interest in relation to the contract; a conflict of interest may arise, inter alia, as a result of economic interests, political or national affinities, family or emotional ties, or any other relevant connection or shared interest;

h) that he (she) will inform the contracting authority without delay of any situation constituting or likely to constitute a conflict of interests;

i) that he (she) has never made and will never make any offer of any kind whatsoever from which an advantage could be derived under the contract;

j) that he (she) has never granted, sought, attempted to obtain or accepted advantages, in cash or in kind, to or from anyone and that he (she) will refrain from doing so in the future, such conduct constituting an illegal act or a form of corruption, either directly or indirectly, because it constitutes an inducement or reward relating to the award of the contract;

k) the information provided in the context of this procurement is accurate, sincere and complete; l) that, should the contract be awarded, he (she) will provide on request proof that he is not in

one of the situations referred to in (a), (b), (d) or (e) above.

Full Name, Date and Signature

Page 19: Professional Development Deadline proposals: 5 July 2021

ANNEX B

Template for Price List

Budget Title:

Study Period (Working Days)

Total budget in EUR

No Budget Items/activity

Units No of Units Unit Cost

EUR No. Days/ Frequency

Total Amount in

EUR before taxes

Total taxes where

applicable (VAT, WHT)

Total costs incl taxes

Narratives

1 Activity

1

Professional Fees (including taxes)

(days)

1.1 E.g., team lead

1.2 E.g., Lead researcher

Add more rows as required

1.3 E.g., enumerators

Sub Total

2 Insurance

2.1

2.2

2.3

Sub Total

3 Travel International

3.1

3.2

Page 20: Professional Development Deadline proposals: 5 July 2021

Terms of Reference – National Teacher’s Colleges as providers of CPD 20/21

3.3

Sub Total

4 Travel Local

4.1

4.2

4.3

Sub Total

5 Communication

5.1

5.2

5.3

Sub Total

6 Other costs

6.1

Add more rows and categories as required

6.2

6.3

Sub Total

Total Amount

Page 21: Professional Development Deadline proposals: 5 July 2021

VVOB – education for development Julien Dillensplein 1 bus 2A

1060 Brussels Belgium

T • +32 (0)2 209 07 99

E • [email protected]

VVOB @VVOBvzw VVOB vzw

www.vvob.org