request for proposal for consulting services - zimbabwe for proposal for services (rfp-s... · iom...
TRANSCRIPT
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
2
Number 4 Duthie Road, Alexandra Park , Harare
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
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
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
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
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.
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
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 :
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
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
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.
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:
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).]
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.]
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
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:
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
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.
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.
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
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.
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.