request for proposal for consulting services - zimbabwe for proposal for services (rfp-s... · iom...

23
REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR The implementation of the consultancy COMPREHENSIVE BORDER ASSESSMENTS AND IMMIGRATION POLICY FOR ENHANCING CAPACITY ON INTEGRATED BORDER MANAGEMENT IN ZIMBABWE Prepared by FPU.SR- 19.5

Upload: truongcong

Post on 11-Jul-2019

222 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES)

For Simple Assignments

SERVICES FOR

The implementation of the consultancy

COMPREHENSIVE BORDER ASSESSMENTS AND IMMIGRATION POLICY FOR ENHANCING CAPACITY ON INTEGRATED BORDER MANAGEMENT IN

ZIMBABWE

Prepared by

FPU.SR- 19.5

Page 2: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

2

Number 4 Duthie Road, Alexandra Park , Harare

Page 3: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

3

REQUEST FOR PROPOSALS RFP No.: HRE/MMU/09/02/2016

Mission: ZIMBABWE

Project Name: “Comprehensive Border Assessments and Immigration Policy for Enhancing

Capacity on Intergrated Border Management in Zimbabwe”

WBS: TC.0809.ZW10.52.01.001

Title of Services: Consultancy services

Page 4: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

4

Request for Proposals The International Organization for Migration (hereinafter called IOM) intends to engage a

consultancy firm/ individuals for the “Comprehensive Border Assessments and Immigration

Policy for Enhancing Capacity on Intergrated Border Management in Zimbabwe” ” for which this Request for Proposals (RFP) is issued.

IOM now invites organizations to provide Technical and Financial Proposal for the conduct of

this consultancy service. More details on the services are provided in the Terms of Reference

(TOR) document.

The Consultancy service provider will be selected under a Quality –Cost Based Selection

procedures described in this RFP.

The RFP includes the following documents:

Section I. Instructions to Service Providers/ Consulting Firms

Section II. Technical Proposal

Section III. Financial Proposal

Section IV. Terms of Reference

The Proposals must be delivered by hand to IOM with office address at Number 4 Duthie

Road , Alexandra Park, Harare on or before 19 February 2016 and addressed to the

Procurement and Logistics Officer, and clearly labeled “Comprehensive Border Assessments

and Immigration Policy for Enhancing Capacity on Intergrated Border Management in

Zimbabwe”

For those resident outside Harare or Zimbabwe, Please send your submission by email to

The Procurement and Logistics Officer

IOM Zimbabwe

On email [email protected]

IOM reserves the right to accept or reject any proposal and to annul the selection process and

reject all Proposals at any time prior to contract award, without thereby incurring any liability

to affected organizations

Page 5: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

5

Table of Contents

Section I - Instructions to Service Providers/ Consulting Firms ........................................................................ 6

Section II – Technical Proposal ......................................................................................................................... 13

Section III. Financial Proposal ......................................................................................................................... 17

Section IV. Terms of Reference ........................................................................................................................ 19

Page 6: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

6

Section I - Instructions to Service Providers/ Consulting Firms

1. Introduction

1.1 Only eligible organizations may submit a Technical Proposal and Financial Proposal

for the services required. The proposal shall be the basis for contract negotiations

and ultimately for a signed contract with the selected organization.

1.2 Organizations should familiarize themselves with local conditions and take them

into account in preparing the proposal.

1.3 The Organizations costs of preparing the proposal and of negotiating the contract,

including visit/s to the IOM, are not reimbursable as a direct cost of the assignment.

1.4 Organizations shall not be hired for any assignment that would be in conflict with

their prior or current obligations to other procuring entities, or that may place them

in a position of not being able to carry out the assignment in the best interest of the

IOM.

1.5 IOM is not bound to accept any proposal and reserves the right to annul the

selection process at any time prior to contract award, without thereby incurring any

liability to the submitting organizations.

1.6 IOM shall provide at no cost to the selected organizations the necessary inputs and

facilities, and assist in facilitating access to the districts, obtaining authority needed

to carry out the services and make available relevant project data and reports.

2. Corrupt, Fraudulent, and Coercive Practices

2.1 IOM Policy requires that all IOM Staff, bidders, manufacturers, suppliers or

distributors, observe the highest standard of ethics during the procurement and

execution of all contracts. IOM shall reject any proposal put forward by bidders, or

where applicable, terminate their contract, if it is determined that they have engaged in

corrupt, fraudulent, collusive or coercive practices. In pursuance of this policy, IOM

defines for purposes of this paragraph the terms set forth below as follows:

Corrupt practice means the offering, giving, receiving or soliciting, directly or

indirectly, of any thing of value to influence the action of the

Procuring/Contracting Entity in the procurement process or in contract

execution;

Fraudulent practice is any act or omission, including a misrepresentation, that

knowingly or recklessly misleads, or attempts to mislead, the

Procuring/Contracting Entity in the procurement process or the execution of a

contract, to obtain a financial gain or other benefit to avoid an obligation;

Collusive practice is an undisclosed arrangement between two or more bidders

designed to artificially alter the results of the tender procedure to obtain a

financial gain or other benefit;

Coercive practice is impairing or harming, or threatening to

Page 7: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

7

impair or harm, directly or indirectly, any participant in the tender process to

influence improperly its activities in a procurement process, or affect the

execution of a contract

3. Conflict of Interest

3.1 All bidders found to have conflicting interests shall be disqualified to participate in the

procurement at hand. A bidder may be considered to have conflicting interest under

any of the circumstances set forth below:

A Bidder has controlling shareholders in common with another Bidder;

A Bidder receives or has received any direct or indirect subsidy from another

Bidder;

A Bidder has the same representative as that of another Bidder for purposes of this

bid;

A Bidder has a relationship, directly or through third parties, that puts them in a

position to have access to information about or influence on the Bid of another or

influence the decisions of the Mission/procuring Entity regarding this bidding

process;

A Bidder submits more than one bid in this bidding process;

A Bidder who participated as a consultant in the preparation of the design or

technical specifications of the Goods and related services that are subject of the

bid.

4. Clarifications and Amendments to RFP Documents

4.1 At any time before the submission of the proposals, IOM may, for any reason,

whether at its own initiative or in response to a clarification amend the RFP. Any

amendment made will be made available to all short-listed organizations who have

acknowledged the Letter of Invitation.

4.2. Organizations may request for clarification(s) on any part of the RFP. The request

must be sent in writing or by standard electronic means and submitted to IOM at the

address indicated in the invitation at least 2 days before the set deadline for the

submission and receipt of Proposals. IOM will respond in writing or by standard

electronic means to the said request and this will be made available to all those who

acknowledged the Letter of Invitation without identifying the source of the inquiry.

5. Preparation of the Proposal

5.1 A Proposal shall have two (2) components:

a) the Technical Proposal, and

b) the Financial Proposal.

Page 8: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

8

5.2 The Proposal, and all related correspondence exchanged by the organizations and

IOM, shall be in English. All reports prepared by the contracted organizations shall

be in English

5.3 Organizations are expected to examine in detail the documents (in annex)

constituting this Request for Proposal (RFP). Material deficiencies in providing the

information requested may result in rejection of a proposal.

6. Technical Proposal

6.1 The Technical Proposal shall provide the following information using the attached

Technical Proposal Standard Forms (Section III) and as explained in the Terms of

Reference attached

a) A brief description of the Service Providers/ Consulting Firms organization and an

outline of recent experience on assignments of a similar nature (TPF-2)

b) A description of the approach, methodology and work plan for performing the

assignment as specified in the Terms of Reference. The work plan should be

consistent with the work schedule also outlined in the ToRs.

6.2 The technical proposal shall not include any financial information.

7. Financial Proposal

7.1 In preparing the Financial Proposal, consultants are expected to take into

account the requirements and conditions outlined in the RFP. The Financial

Proposal should clearly differentiate staff and office versus operational costs.

7.2. Organizations shall express the price of their services in dollars

8. Submission, Receipt, and Opening of Proposals

8.1 Organizations may only submit one proposal.

8.2 The original Proposal (both Technical and Financial Proposals) shall be prepared in

indelible ink. It shall contain no overwriting, except as necessary to correct errors

made by the Organizations themselves. Any such corrections or overwriting must be

initialed by the person(s) who signed the Proposal.

8.3 The Organizations shall submit one original and one copy of the Proposal. Each

Technical Proposal and Financial Proposal shall be marked “Original” or “Copy” as

appropriate. If there are any discrepancies between the original and the copies of

the Proposal, the original governs.

The original and all copies of the Technical Proposal shall be placed in a sealed envelope

clearly marked “TECHNICAL PROPOSAL.” Similarly, the original

Page 9: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

9

Financial Proposal shall be placed in a sealed envelope clearly marked “FINANCIAL

PROPOSAL” Both envelopes shall be placed into an outer envelope and sealed and labeled”. “Comprehensive Border Assessments and Immigration Policy for Enhancing Capacity on

Intergrated Border Management in Zimbabwe” For those submitting electronically via email, Please send the email submission for the

Technical proposal separately from the email submission of the financial proposal. The

financial proposal shall be clearly labeled “Financial Proposal – Facilitating the drafting of

a national Immigration policy-“Comprehensive Border Assessments and Immigration Policy

for Enhancing Capacity on Intergrated Border Management in Zimbabwe” ” and sent to: [email protected]

8.5 Proposals must be received by IOM at the place, date and time indicated in the

invitation to submit proposals or any new place and date established by the IOM.

Any Proposal submitted after the deadline for receipt of Proposals prescribed by

IOM shall be declared “Late,” and shall not be accepted by the IOM and returned to

the consultant unopened.

8.6 After the deadline for the submission of Proposals, all the Technical Proposal

shall be opened first by the BEAC. The Financial Proposal shall remain sealed until

all submitted Technical Proposals are opened and evaluated. The BEAC has the

option to open the proposals publicly or not.

9. Evaluation of Proposals

9.1 After the Proposals have been submitted to the BEAC and during the evaluation

period, Organizations that have submitted their Proposals are prohibited from

making any kind of communication with any BEAC member, as well as its

Secretariat regarding matters connected to their Proposals. Any effort by the

Organizations to influence IOM in the examination, evaluation, ranking of Proposal,

and recommendation for the award of contract may result in the rejection of the

Proposal.

10. Technical Evaluation

10.1 The entire evaluation process, including the submission of the results and approval

by the approving authority, shall be completed in not more than 7 days after the

deadline for receipt of proposals.

10.2 The BEAC shall evaluate the Proposals on the basis of their responsiveness to the

Terms of Reference, compliance to the requirements of the RFP and by applying

an evaluation criteria, sub criteria and point system. Each responsive proposal

shall be given a technical score (St). The proposal with the highest score or rank

shall be identified as the Highest Rated/Ranked Proposal.

10.3 A proposal shall be rejected at this stage if it does not respond to important

aspects of the TOR or if it fails to achieve the minimum technical qualifying score

which is 70%

10.4 The technical proposals of Organizations shall be evaluated based on the

following criteria :

Page 10: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

10

Evaluation Guidelines for Concept Note

1. Relevance of the action

2. Practicality and sustainability of the Action

3. Organizational Capacity

Evaluation Guidelines for Full Application

1. Financial and operational capacity

2. Relevance

3. Design of the action, effectiveness & consistency

4. Sustainability

5. Budget and cost-effectiveness

10.5 Technical Proposal shall not be considered for evaluation in any of the following

cases:

a) late submission, i.e., after the deadline set

b) failure to submit any of the technical requirements and provisions provided

under the Terms of Reference (TOR);

11. Financial Evaluation

11.1 After completion of the Technical Proposal evaluation, IOM shall notify those

Service Providers/ Consulting Firms whose proposal did not meet the minimum

qualifying score or were considered non responsive based on the requirements in

the RFP.

11.3 The BEAC shall determine the completeness of the Financial Proposal as

stipulated in 7.1

11.4 The BEAC will correct any computational errors. In case of a discrepancy

between a partial amount and the total amount, or between words and figures, the

former will prevail. In addition, activities and items described in the Technical

proposal but not priced, shall be assumed to be included in the prices of other

activities or items.

12. Negotiations

12.1 The aim of the negotiation is to reach agreement on all points and sign a contract.

The expected date and address for contract negotiation is no later than 1 March

2016.

12.2 Negotiation will include: a) discussion and clarification of the Terms of Reference

(TOR) and Scope of Services; b) Discussion and finalization of the methodology

and work program proposed by the Service Provider/ Consulting Firm; c)

Consideration of appropriateness of qualifications and pertinent compensation,

number of man-months and the personnel to be assigned to the job, and schedule

of activities (manning schedule); d) Discussion on the services, facilities and

Page 11: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

11

data, if any, to be provided by IOM; e) Discussion on the financial proposal

submitted by the Service Provider/ Consulting Firm; and f) Provisions of the

contract. IOM shall prepare minutes of negotiation which will be signed both by

IOM and the selected organizations.

12.3 The financial negotiations will include clarification on the tax liability and the

manner in which it will be reflected in the contract and will reflect the agreed

technical modifications (if any) in the cost of the services. Unless there are

exceptional reasons, the financial negotiations will involve neither the

remuneration rates for staff nor other proposed unit rates.

12.4 Having selected the Organizations on the basis of, among other things, an

evaluation of proposed key professional staff, IOM expects to negotiate a contract

on the basis of the experts named in the proposal. Before contract negotiations,

IOM shall require assurances that the experts shall be actually available. IOM will

not consider substitutions during contract negotiation unless both parties agree

that the undue delay in the selection process makes such substitution unavoidable

or for reasons such as death or medical incapacity. If this is not the case and if it is

established that staff were referred in their proposal without confirming their

availability the Organization may be disqualified. Any proposed substitution shall

have equivalent or better qualifications and experience than the original candidate.

12.5 All agreement in the negotiation will then be incorporated in the description of

services and form part of the Contract.

12.6 The negotiations shall conclude with a review of the draft form of the Contract.

To complete negotiations, IOM and the Organization shall initial the agreed

Contract. If negotiations fail, IOM shall invite the second ranked Service Provider/

Consulting Firm to negotiate a contract. If negotiations still fail, the IOM shall

repeat the process for the next-in-rank Service Providers/ Consulting Firms until

the negotiation is successfully completed.

13. Award of Contract

13.1 The contract shall be awarded, through a notice of award, following negotiations

and subsequent post-qualification to the Service Provider/ Consulting Firm with

the Highest Rated Responsive Proposal. Thereafter, the IOM shall promptly

notify other Service Providers/ Consulting Firms on the shortlist that they were

unsuccessful and shall return their unopened Financial Proposals. Notification will

also be sent to those Service Providers/ Consulting Firms who did not pass the

technical evaluation.

13.2 The Service Provider/ Consulting Firm is expected to commence the assignment

on 1 March 2016

14. Confidentiality

14.1.1 Information relating to the evaluation of proposals and recommendations

concerning awards shall not be disclosed to the Service Provider/ Consulting Firm

who submitted Proposals or to other persons not officially concerned with the

process. The undue use by any Service Provider/ Consulting

Page 12: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

12

Firm of confidential information related to the process may result in the rejection

of its Proposal and may be subject to the provisions of IOM’s anti-fraud and

corruption policy.

Page 13: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

13

Section II – Technical Proposal

TPF-1: Technical Proposal Submission Form

[Location, Date]

To: [Chief of Mission, IOM]

Ladies/Gentlemen:

We, the undersigned, offer to provide the Services for [insert Title of consulting services] in

accordance with your Request for Proposal (RFP) dated [insert Date] and our Proposal. We

are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial

Proposal sealed under a separate envelope.

If negotiations are held after the period of validity of the Proposal, we undertake to negotiate

on the basis of the proposed staff. Our Proposal is binding upon us and subject to the

modifications resulting from Contract negotiations.

We acknowledge and accept IOM’s right to inspect and audit all records relating to our

Proposal irrespective of whether we enter into a contract with IOM as a result of this proposal

or not.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature:

Name and Title of Signatory:

Name of Firm:

Address:

Page 14: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

14

TPF – 2: Service Providers Organization

[Provide here brief (two pages) description of the background and organization of your

firm/entity and each associate for the assignment (if applicable).]

Page 15: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

15

TPF – 3: Description of the Approach, Methodology and Work Plan for Performing the

Assignment

[The description of the approach, methodology and work plan should normally consist of 6

pages, including charts, diagrams, and comments and suggestions, if any, on Terms of

reference and counterpart staff and facilities.]

Page 16: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

16

TPF – 7: Work Plan (Kindly modify as appropriate)

A. Field Investigation and Other Activities

No.

Activity/Wor

k Description

Duration

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10t

h

11t

h

12t

h

1

2

3

4

5

Page 17: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

17

Section III. Financial Proposal

FPF-1: Financial Proposal Submission Form

[Location, Date]

To: [Chief of Mission]

Ladies/Gentlemen:

We, the undersigned, offer to implement the project [insert Title of project] in accordance

with your Request for Proposal (RFP) dated [insert date] and our Proposal (Technical and

Financial Proposals). Our attached Financial Proposal is for the sum of [Amount in words

and figures].

Our Financial Proposal shall be binding upon us subject to the modifications resulting from

Contract negotiations,

We acknowledge and accept the IOM right to inspect and audit all records relating to our

Proposal irrespective of whether we enter into a contract with the IOM as a result of this

Proposal or not.

We confirm that we have read, understood and accept the contents of the Instructions to

Service Providers/ Consulting Firms (ITC), Terms of Reference (TOR), the provisions relating

to the eligibility of Service Providers/ Consulting Firms, any and all bulletins issued and other

attachments and inclusions included in the RFP sent to us.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature:

Name and Title of Signatory:

Name of Firm:

Address:

Page 18: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

18

Sample Budget Template (Kindly modify as appropriate)

BUDGET ITEM Unit # of Units Total

PROJECT STAFF COSTS

e.g. Field Officers Salary

e.g. Project Manager Salary

e.g. Director's Salary

TRANSPORT COSTS

e.g. Purchase of new vehicle

e.g. Repairs & Maintenance

e.g. Vehicle Hire

GENERAL OFFICE COSTS

e.g. Telephones, Internet, Stamps etc

e.g. Utilities costs

e.g. Consumables teas, toilet items

DIRECT PROJECT COSTS

e.g. Materials purchase

e.g. Community Mobilization

e.g. Field Allowances HQ Staff

MONITORING & EVALUATION

e.g. Baseline Surveys

e.g. Visits by Funding Partner (IOM)

e.g. Beneficiaries List Verification

Total

Page 19: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

19

Section IV. Terms of Reference

IOM seeks to recruit a qualified consultant to support the project entitled “Comprehensive

Border Assessments and Immigration Policy for Enhancing Capacity on Integrated Border

Management in Zimbabwe” that is being implemented in Zimbabwe. The project aims to

contribute towards the Government of Zimbabwe (GoZ)’s capacity building efforts to better

manage migration. The consultant will be responsible for the drafting of a National

Immigration policy, based on comprehensive national stakeholder consultations, in particular

with the Government and the lead coordinating Ministry; the Ministry of Home Affairs.

1.0 Background:

The Department of Immigration has requested technical assistance on the formulation of the

National Immigration Policy coupled with the capacity building support to improve on

existing border management systems. The International Organization for Migration with

support from the International Development Fund (IDF) in response to the request from the

Government of Zimbabwe is implementing the “Comprehensive Border Assessments and

Immigration Policy for Enhancing Capacity on Integrated Border Management in

Zimbabwe”.

The project comprises of two outcomes. Component I: Strengthening the GoZ’s leadership

on migration management through assistance in the development of a multi-sectoral National

Immigration Policy; Component II: Enhancing the capacity of migration management

authorities on Integrated Border Management (IBM) through comprehensive border

assessments and focused capacity building trainings.

The Development of a National Immigration Policy has been identified as a priority by the

Ministry of Home Affairs. The Ministry of Labour is in the process of developing a National

Labour Migration Policy, which predominately focuses on the employment of Zimbabwean

nationals abroad. The National Diaspora Policy another policy domain which is under

development.

In order to complement and build upon these existing migration relevant policies, the

Ministry of Home Affairs envisions the development of a National Immigration policy that

will focus on four main policy domains; the employment of foreign nationals, tourism,

investment and preservation of national security. The policy shall be developed in close

coordination with those Ministries responsible for; trade, tourism, employment and

investment, with the objective of ensuring full policy coherence and synchronization.

The new policy is expected to address the immigration dimensions of tourism, the

employment of foreign nationals and investors including entry, residence, stay and return.

Close coordination will be required with the Ministry of Labour to determine the skills

required and other labour market requirements so as to define the types and duration of

permits granted. It is also expected that the new policy should seek to address broader

migration management issues, including irregular migration, migrant smuggling, and migrant

health.

Page 20: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

20

The development of a new Immigration Policy will also provide an opportunity for the

Government of Zimbabwe to put into place more contemporary measures on immigration

which can harness the contribution made by highly skilled and skilled migrants and of

investors, while at the same time ensuring security concerns and effective border

management. The elaboration of a new Immigration Policy will also require the incorporation

of bilateral and regional considerations including cross-border collaboration and alignment

with SADC and COMESA frameworks.

The Immigration policy that is developed is required to consider health aspects, be

development orientated and consider environmental and social impacts. Consideration shall

also be made of existing good practice in the region such as the Namibian technical working

group that manages migration management issues, and the ongoing development of a

migration policy in Angola and Botswana which IOM is also supporting in the respective

countries.

IOM therefore seeks qualified and experienced consultants prepare in full consultation with

identified stakeholders, a National Immigration Policy document which shall be submitted to

the Ministry Of Home Affairs. The consultant shall;

1. Conduct a desk review of existing documentation, policies, and plans of action and

institutional information relevant to the formulation of the new Immigration Policy in

Zimbabwe

2. Assess synergies with existing migration management frameworks and migration

related policies, strategies and laws.

3. Identify and consult with key stakeholders including individuals from government

counterparts and relevant stakeholders in government ministries/departments on

issues relevant to each policy domain.

4. Draft the national immigration policy based on the consultations with the key

stakeholders.

5. Conduct a workshop on the development of the policy and a review workshop after

the draft workshop has been presented to IOM.

6. Revise and finalize the draft policy based on the inputs from the national

consultations prior to the adoption and launch workshop.

7. Ensure that the project is completed successfully in accordance with the agreed work

plan, outputs and timeline against deliverables.

2.0 Prosed Methodology:

In addition to the consultant’s proposed methodology, He/she is expected to conduct

interviews with key informants in Government at the central levels and IOM officials in

Harare responsible for the management of the project.

Page 21: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

21

3.0 Estimated Duration of Assignment

The assignment (preparatory work, drafting and consultation, presentation of results to both

IOM and the Government of Zimbabwe) is expected to be completed in a period of no more

than 60 days.

Chronogram

The consultancy is divided into three phases namely the preparation, drafting and

consultations and the analysis and the presentation of results.

Activity

Number of Days Deliverable

Preparation phase, including inception

report(methodology of assessment and

report structure)

8 Inception report

Desk Review + Literature review 5

Policy review and development

workshops

7

Field work(conduct a minimum of 15

individual and focus group interviews)

10

Draft report presented to IOM 10 Draft Report and

PowerPoint presentation

to IOM and GoZ Officials

Review and revise the report 5

2nd draft report submitted after the policy

review workshop and consultations with

the GoZ

5

Presentation of final report to IOM 5 Final External Evaluation

document submitted to

IOM

Participate in a conference organized to

present the Immigration Policy

5 Power Point presentation

Page 22: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

22

Upon selection of the consultant, a briefing will be undertaken at IOM Zimbabwe offices.

This briefing among other things, will clarify the interpretation of the assignment as well as

the practicalities and logistical arrangements. This meeting will mark the official

commencement of the assignment.

4.0 Tangible and Measurable Outputs of the Work Assignment

Draft National Immigration policy: two bound copies and an electronic copy of the final

report within 7 days after completion of the assignment. The draft policy should contain

the following among other issues:

An executive summary: 1- pages that summarizes the salient points of the

Immigration Policy

Introduction and background information including; the Zimbabwean context, and

relevant regional and global outlook.

Key policy objectives and strategies, rational for developing the policy and

relevant guiding principles, institutional framework, coordination mechanisms,

role of Government Ministries, Departments and Agencies, and monitoring and

evaluation.

A draft plan of action, which includes activities and expected outcomes;

responsible actors, timeframes, and resources required.

One power point presentation providing an overview of the draft policy to IOM to be

presented during an oral debriefing meeting with IOM management and Project Support

Staff, to highlight and explain the observations, challenges, findings and

recommendations and the proposed way ahead.

5.0 Profile of the Consultant

a) The Consultant should possess at least 10 – 15 years of professional experience in

developing national policy drafts, especially in policy domains relevant to migration.

b) Advanced university degree in specialized fields of social and/or political sciences, with

related experiences in migration and development.

c) The consultant should be conversant with gender analysis or gender mainstreaming in the

conduct of the research.

d) Ability to work independently with minimal supervision, and pay attention to detail.

e) Capacity to synthetize and collate relevant information in a comprehensible and coherent

manner.

f) Knowledge of relevant policies on migration management and the Zimbabwean

legislation and constitution.

Page 23: Request for Proposal for Consulting Services - Zimbabwe for Proposal for Services (RFP-S... · IOM now invites organizations to provide Technical and Financial Proposal for the conduct

23

g) Experience working with governments and civil society.

h) Excellent oral communication and report writing skills in English is required.

i) Strong interpersonal and networking skills;

j) Ability to interact with senior officials in government and multilateral agencies.

k) The Consultant is expected to adhere to the IOM Guidelines on data protection,

confidentiality and ethics.

6.0 Profile of the Proposal to be submitted

The Terms of Reference (ToRs) specify the details of this assignment and the proposal

should be elaborate on the basis of the given information. The proposal shall be produced

in English including:

Up dated CV of consultant clearly meeting the specific experience related to the

above mentioned qualifications.

A technical proposal comprehensive of work plan, work methodology and detailed

budget.

Two samples of previous policy development work, preferably relevant to the subjects

of this consultancy.

Contact details for three references from clients with previous contracting experience

with the team leader.

7.0 Expected outcomes:

The consultant will be expected to submit a final report by 14 May 2016

The main body of the draft Immigration policy document should be no longer than 40 pages

and should consist of:

Draft National Immigration Policy Document and Draft action plan.

Appendices - to include terms of reference, list of all relevant policies, list of those

interviewed, and bibliography. All material collected in the undertaking of the review

process should be returned to IOM before the termination of the contract.

The report and all background documentation will remain the property of the Ministry

of Home Affairs.