request no. rfp # 21-0008 - humqadam

41
Request for Proposal – End line Survey Punjab & KP 1 / 41 REQUEST FOR PROPOSAL Request No. RFP # 21-0008 END LINE SURVEY – PUNJAB & KP ISSUE DATE: 12 Feb 2021 DUE DATE/TIME FOR SUBMISSION: 23 Feb/ 05:00PM Local Time SUBMISSION ADDRESS: Sr. Procurement Officer, Ufone Tower 11 th Floor Blue Area Islamabad Phone: 051-8485050-4, Ext: 117 Email: [email protected] AWARD CRITERIA: Technical Experience, Price, VFM MINIMUM PERIOD OF VALIDITY OF QUOTES: Three Months ANTICIPATED NO. OF AWARDS: One IMC Client: FCDO IMC Contract: PO6292 Place of Performance/Delivery: KPK, Punjab, Pakistan This RFP comprises of following sections as detailed below (Complete Set should be submitted): SECTION 1 – Letter of Invitation SECTION 2 – General Condition of Tendering & Instructions. SECTION 3 – Terms of Reference SECTION 4 – Proposal Response Schedules – PRS SECTION 5 – General Terms & Conditions SECTION 6 – Business Ethics Policy & Code of Conduct

Upload: others

Post on 03-Apr-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Request for Proposal – End line Survey Punjab & KP 1 / 41

REQUEST FOR PROPOSAL Request No. RFP # 21-0008

END LINE SURVEY – PUNJAB & KP

ISSUE DATE: 12 Feb 2021 DUE DATE/TIME FOR SUBMISSION: 23 Feb/ 05:00PM Local Time SUBMISSION ADDRESS: Sr. Procurement Officer, Ufone Tower

11th Floor Blue Area Islamabad Phone: 051-8485050-4, Ext: 117 Email: [email protected] AWARD CRITERIA: Technical Experience, Price, VFM

MINIMUM PERIOD OF VALIDITY OF QUOTES: Three Months ANTICIPATED NO. OF AWARDS: One

IMC Client: FCDO IMC Contract: PO6292

Place of Performance/Delivery: KPK, Punjab, Pakistan This RFP comprises of following sections as detailed below (Complete Set should be submitted): SECTION 1 – Letter of Invitation SECTION 2 – General Condition of Tendering & Instructions. SECTION 3 – Terms of Reference SECTION 4 – Proposal Response Schedules – PRS SECTION 5 – General Terms & Conditions SECTION 6 – Business Ethics Policy & Code of Conduct

RFP 21-0008 End Line Survey Page 2 of 41

SECTION 1 LETTER OF INVITATION

To: All Eligible Bidders

RFP Ref RFP – 21-0008 Date Issued 12 February 2021

Validity of Proposal 90 days Clarification Queries On or before COB 19 February 2021

Closing Date and Time (PK Local Time) 23rd February 2021, 17:00PM Background IMC Worldwide Ltd, hereafter be called as, “Purchaser”, is a UK-based consulting company delivering infrastructure donor-funded projects across the world. We have more than 50 years’ experience and have worked in over 80 countries. IMC has a wealth of experience in project design, management and construction supervision. We have built our business on providing the technical and organizational expertise associated with the provision of infrastructure in developing countries, such as roads, bridges, housing, schools, transport and urban planning. We have experience of carrying out these services in response to natural disasters.

IMC Worldwide Ltd is registered in Pakistan with SECP and has head office in Islamabad, with provincial offices in Lahore and Peshawar. We are currently delivering a large FCDO-Funded, School Construction and Rehabilitation Programme (SCRP), under contract number PO6292. Services Required The Purchaser, IMC Worldwide Ltd. (IMC), intends to enter into a contract with firm having legal status in Pakistan for the services “End line Survey” in the province of Punjab and KP. You are invited to submit most competitive proposal for providing services against our requirement details of which are provided in the Terms of Reference (see Section 3). The complete Proposal with all response schedules must be signed by your authorised representative; and must be valid for a minimum period as indicated above from the Closing Date of the RFP. . Request for Proposal (RFP) documents can be downloaded from our website (tender tab); HTTP://WWW.HUMQADAM.PK For any clarification please write to us at [email protected] , by 19th February 2021. No query will be entertained after 19th February 2021. Please note that for any clarification you need to contact via the above email ID. No Phone call will be entertained. Yours sincerely, Sr. Procurement & Admin Officer IMC Worldwide Limited, 11th Floor Ufone Tower, Jinnah Avenue, Islamabad

RFP 21-0008 End Line Survey Page 3 of 41

SECTION 2 GENERAL CONDITION OF TENDERING & INSTRUCTIONS

1.1 Language of Proposal The tender/Proposal, and all correspondence and documents related to the tender shall be written in English language.

1.2 Content, Preparation & Submission of Tender Document Tendering process is of Single Stage Two envelopes procedure. The Bidders are invited to submit separately sealed Technical and Financial Proposals in a single sealed envelope clearly marked with tender reference. Separate technical & financial proposal shall contain following below documents.

Type & Marking of Envelop Contents 1. Technical Proposal IMC-RFP -21-0008

It shall include the following duly signed & stamped documents/Forms; 1. Section 3 – Terms of Reference 2. Section 4 – Proposal Response Schedule - PRS

PRS – 1: Technical Submission Form PRS – 2: (A&B) Consultant’s Organization & Experience PRS – 3: Description of Technical Approach & Methodology PRS – 4: Curriculum Vitae of Key Technical Staff PRS – 5: Team Composition & Task Assignments PRS – 6: Staffing Schedule PRS – 7: Work Schedule

3. Section 5: General Terms & Conditions of Contract

4. Section 6: Employer Business Ethics Policy

2. Financial Proposal IMC-RFP -21-0008

It shall include the following duly signed & stamped documents/forms; Section 4 – Proposal Response Schedule - PRS

PRS – 8. A: - Financial Submission Form PRS – 8. B: - Breakdown of Costs, Budget Calculation FORM

A1 & A2, and Milestone wise Cost Breakdown Form A3

The currency of the Proposal shall be Pakistani Rupees (PKR). Bidder/Consultant will be liable to pay prevailing Government of Pakistan applied taxes. All rates presented in the Financial Proposal shall be considered fixed during the entire service unless otherwise agreed in the service contract. Any such amounts shall be included in the Financial Proposal. No cost incurred with respect to proposal preparation & submission or pre award meetings will compensated by Purchaser. By submitting a Proposal, the Consultant understands that all provisions and conditions in this RFP shall fully and automatically apply to his/her Proposal. At any time prior to the deadline for submission of tenders, Purchaser may amend the tendering documents by issuing Addenda. Any Addendum thus issued shall be part of the tendering documents and will be uploaded COB dated 19 February 2021 at our website (tender tab); HTTP://WWW.HUMQADAM.PK (Please always refresh (press F5) our website pages to restore any update). To give prospective Tenderers reasonable time in which to take an Addendum into account in preparing their tenders, the Purchaser reserves the right to extend as necessary the deadline for submission of tenders.

RFP 21-0008 End Line Survey Page 4 of 41

The Purchaser reserves the right to accept or reject any Tender, and to cancel the Tender process and reject all Tenders, at any time prior to the award of Contract, without thereby incurring any liability to the affected Tenderer(s). Bids opening will take place, in absence of bidders, in compliance to Purchase procurement manual.

1.2.1. Restriction of Association & Debarment

It is not permitted that local companies (registered in the country of the project) appear as joint-ventures or associate partners in more than one application. All those firms debarred by any government entity & international organization, will not be eligible to participate in bidding process.

1.2.2. Submission of Proposal

Tender Proposal must be received by the Purchaser at the following address:

Operations Procurement Department HUMQADAM – SCRP, IMC Worldwide Limited, 11th Floor Ufone Tower, Jinnah Avenue, Islamabad +92 (0) 51 8485 050

Last Date of submission: 23rd February 2021 Time: Not later than 1700 HRS (PST) Any tender received by Purchaser after the deadline for submission of tenders will not be

accepted and returned un-opened to the Tenderer. Companies presenting incomplete documents will be excluded from the bidding process. The technical & financial proposals of bidder(s) will be opened & recorded internally be

Purchaser Procurement Committee members. All bidders will be informed of the outcome of evaluation process via above stated email.

1.2.3. Payment Conditions

No advance payment. Milestones Based Payment will be made as per PRS No. 08 Form-A3 Breakdown of Cost by

Activity. Each invoiced payment will subject to 10% retention money to cover Error rectification/defect Liability Period (DLP) of 30 calendar days. DLP will start following successful delivery of last milestone/activity and its acceptance by Purchaser.

All payments will be made in Pakistani Rupees (PKR) by bank transfer/banker cheque. The consultant shall be liable to pay all taxes, duties, levies and other charges which are due on the basis of national legislation. Such payments need to be separately shown on all invoices, receipts, claims etc. together with appropriate evidence.

1.2.4. Guarantees

1.2.4.1. No Tender Guarantee (Earnest money) is required to submit with your proposals. 1.2.4.2. Only successful bidder(s) has to submit Performance Security of 04% of the contract value,

in the form of a Banker’s Cheque/Call Deposit Receipt from Scheduled Bank of Pakistan, in the name of IMC Worldwide Ltd (NTN 4409180-0), within three calendar days following Letter of Acceptance issuance. Performance Security will be retained until all contractual obligations excluding Error rectification/defect Liability Period (DLP) are satisfactorily fulfilled and release with the retention money after end of DLP, 30 calendar days.

1.3 Conditions of Eligibility

Only those bidder(s) who are in compliance of below stated conditions of eligibility shall apply in full confidence.

1.3..1. Duly signed & stamped copies of below stated conditions shall be attached to PRS-02(A)-Consultant’s Organization;

1.3..2. Must be a legal entity registered in Pakistan or country of origin since at least 05 years, and shall have a corporate office in Pakistan (Copy of registration certificate required)

1.3..3. Must be an active taxpayer in Pakistan (Copy of Tax returns for the previous year required)

RFP 21-0008 End Line Survey Page 5 of 41

1.3..4. Must have minimum annual turnover of PKR 15 million (in any of last three years) as per audited financial statements also to be submitted with the proposal (audited financial statements of the two most recent years required, issued by an Institute of Chartered Accountants of Pakistan (ICAP)-licensed Chartered Accountant.

1.3..5. NTN/GST Registration Certificate. (Copy of registration certificate required) 1.3..6. Signed affidavit on stamp paper attesting to the fact that the organization has not been

blacklisted by any government department, agency or any donor agency.

1.4 Evaluation of Bid Initially only technical Proposals will be opened following the closing date of tender. Financial Proposal remain sealed until the technical evaluation is completed. The award of a contract should be made to the consulting firm whose offer has been evaluated for technical and commercial viability and is determined through;

a. Technical Criteria weight [70] b. Financial Criteria weight [30]

1.4. a. Technical Evaluation

Technical Evaluation Criteria: 100 points • Technical Approach 40 Points • Management Approach 15 Points • Past Experience 15 Points • Certificates as and Evidence and Submission 30

Minimum Technical Score required to pass = 70 1.4. b. Financial Evaluation

Financial evaluation will be based on lowest price. To qualify for financial evaluation, the bidders must secure 70 marks / points in Technical Evaluation. Formula for financial scoring is that the lowest bidder gets 30 points, while other bidder score is calculated by multiplying 30 with the ratio of the lowest bid divided by the respective bidder quoted price.

Weighting to be applied to proposals evaluated Weights to be applied to the Technical and Financial Scores are: Technical weight (Tw) = 0.70, Financial weight (Fw) = 0.30 Example: Value quoted by lowest bidder = A Value quoted by second lowest bidder = B Value quoted by third lowest bidder = C Financial scoring of the lowest bidder will be = 30 Financial scoring of the second lowest bidder will be= (A/B)*30 Financial scoring of the third lowest bidder will be = (A/C)*30 Technical scoring out of 100 = A Carried Forward & Prorated Technical scoring = A x 0.70 The tenderer shall be awarded the contract whose offer has been determined:

a). To offer the best value for money evaluated tender (ranked first with the highest combined

weighted score); b). Is substantially responsive to the submission requirements, and; c). Is determined to be suitably qualified to execute the Contract within the required time and

quality parameters.

1.4. Negotiation

Contract negotiations should generally be limited to the following issues:

RFP 21-0008 End Line Survey Page 6 of 41

a. Clarifying the work and the methods to be used – where necessary adjusting the staffing schedule & work plan

b. Regulations in the contract on other cost items that were not included in the assessment of the price quotation

c. Fees and unit prices for incidental costs are in principle not subject to negotiations, as they were taken into account in assessing the price quotation.

1.5. Clarification

Inquiries are only permitted in writing/e-mail at [email protected] on or before COB 19 February 2021. Answers will be sent by an e-mail including an explanation of the query.

SECTION 3 TERMS OF REFERENCE

End-line survey of infrastructure rehabilitated/constructed under Humqadam Programme in government Higher Secondary schools (HSS), Regular schools (primary, middle and high) and Dangerous schools in selected districts of Punjab and KP

1. Programme Background The United Kingdom Foreign, Commonwealth & Development Office (FCDO) is committed to support Pakistan in addressing the severe unmet needs in the education sector. The FCDO is supporting the

RFP 21-0008 End Line Survey Page 7 of 41

implementation of Humqadam: the brand name for the School Construction and Rehabilitation Programme (SCRP); April 2015 – June 2021, to address the deficiencies and development of educational infrastructure and rehabilitation of government schools in Punjab. The Humqadam-SCRP Programme aims to provide the quality infrastructure through both additional classrooms and, to a smaller extent, through addressing deficiencies in existing facilities subject to approvals from both the respective provincial governments and the local communities. Key phases of the Humqadam programme followed for schools construction and rehabilitation are:

• The government provided a list of schools to Humqadam which they believe require assistance from this programme.

• Baseline Surveys (infrastructure and Social surveys) were carried out to further verify the list of schools provided by the government and to know whether they need any assistance and if yes then the extent of the assistance required. - These Baseline Surveys also compiled a valuable and comprehensive set of data on major

aspects of the proposed schools and their beneficiaries. - Engineering surveys were carried out to assess whether school fits the criteria for further

work. • Community Committees for School Infrastructure (CCSIs) were formed to ensure wider

community involvement, oversight during construction and to support the Parents and Teachers Committee (PTCs) and School Council (SCs) in maintaining the schools afterward for sustainability.

• Statement of requirements (SoRs) for each school discussed and agreed with the school administration and/or community

• Bespoke and standardized designs prepared for construction. • Appropriate Retrofitting plans and specifications established. • Schools tendered to the construction contractors through the competitive bidding process. • Quality construction/works ensured through frequent inspections and robust monitoring. • Joint visit of CCSI/PTC and State Education Department (SED) for physical verification of

schools cleared for release • Completed schools as per agreed scope handed over to the Chief Executive Officer (CEO),

SED. • Supporting SED/local schools authorities during any applicable Defects Liability Period (DLP)

1.1. HUMQADAM/SCRP OBJECTIVES

To achieve the objectives set by the Pakistan National Plan of Action the Humqadam/SCRP Programme aims to address the educational needs in Khyber Pakhtunkhwa and Punjab in consultation with the local authorities and the Government. The specific objectives of the SCRP-Humqadam are to:

• Improve the enrolment, retention and attendance, with a special focus on female education, • Increase in student attendance rate and, reduce the student dropout rate, • Facilitate rehabilitation and/or addition of facilities to improve the present school's infrastructure. • Incubate a sense of ownership among PTCs and School Councils, the community and

Education Officers, including through school-based community projects. • Enhance the learning and teaching environment in Humqadam SCRP schools; and • Contribute towards Pakistan’s achievement of the sustainable development goals, with a

particular focus on SGD Goal 4: to “ensure inclusive and equitable quality education and promote lifelong learning opportunities”.1

The Humqadam-SCRP aims to help the Govt. and community to overcome the following;

• Overcrowding: More than 40 students per classroom, • Excessive multi-grading: Multiple grades being taught in one classroom, • Shelterless schools: Schools either completely without shelter or with students being taught

outdoors.

RFP 21-0008 End Line Survey Page 8 of 41

This programme is committed to delivering approximately 7,000 new classrooms in Punjab and 400 regular schools and 202 HSS in KP with all associated toilets across the 16 operational districts in Punjab and KP.

1.2. GEOGRAPHICAL PRESENCE Punjab: The majority of school construction in Punjab was focused on the following eight districts:

• Lahore; Faisalabad; Sialkot; and Rahim Yar Khan, Rajanpur; Bahawalpur; Muzzaffargarh; and Kasur

Khyber Pakhtunkhwa (KP): The majority of school construction and rehabilitation of existing structure in the KP was focused on the following eight districts;

• Abbottabad, Charsadda, Chitral, Lower Dir, Haripur, Kohat, Mardan, Nowshera, and Peshawar.

The full details of the targeted schools in selected districts of Punjab and KP will be provided at the inception stage. The table below gives the district-wise Humqadam Schools distribution in Punjab and KP.

List of Punjab Districts # of schools Bahawalnagar 2 Bahawalpur 57 Dera Ghazi Khan 2 Faisalabad 234 Gujranwala 2 Kasur 90 Khanewal 2 Khushab 2 Lahore 88 Layyah 2 Muzaffargarh 141 Rahimyar Khan 254 Rajanpur 13 Sargodha 2 Sheikhupura 2 Sialkot 147

Grand Total 1040

List of KP Districts # of schools Abbottabad 6 Charsadda 107 Chitral 3 Dir 25 Haripur 6 Kohat 12 Mardan 112 Nowshera 17 Peshawar 61 Grand Total 349

1.3. RELEVANT STAKEHOLDERS The main stakeholders for the purposes of this survey will be SCRP beneficiaries and the SCRP-Humqadam staff involved in delivery. The concerned SCRP beneficiaries are parents, teachers and students to be accessed during the survey through the CCSI/SCs/PTCs and where appropriate, individually. The Humqadam programme has district teams, called School Support Teams (SSTs), comprising of Community Development Coordinators (CDCs), Monitoring and Evaluation (M&E) team members, and District Engineers (proportional to the number of schools in the district).

2. End-line Survey Scope of Work IMC will now engage an external Firm to carry out an End-line Survey on the technical/physical and social results of the Humqadam programme and its activities as mentioned above (Section-1, Programme Background). The Scope of Work (SOW) for the End-Line Survey includes two components:

1. Engineering Survey, i.e. verifying by inspections and desk review the as-built designs for Humqadam Schools (i) Completed schools, (ii) Substantially Completed Schools and (iii) Retrofitted Schools and gathering information on existing infrastructure in those schools in terms of current condition, usage and quality.

2. Social Survey i.e. whether schools assisted by Humqadam are currently operational, gathering information on student’s enrolment and attendance, teachers attendance, shelterless classes, overcrowding, multi-grade teaching, Parent-Teacher Committee or School councils in

RFP 21-0008 End Line Survey Page 9 of 41

existence, CSP functionality and projects, availability of basic utilities for students. This is to find out any improvements in these due to the Humqadam/SCRP programme.

In undertaking the tasks in these two components, the Firm will need to refer to the three documents on the 2015 Baseline Survey Reports and their data sets, to ensure consistency in data structuring and analysis between those Baseline Reports and this End-line Survey. These reports will be made available by SCRP-Humqadam to the selected Firm.

2.1. GEOGRAPHICAL SCOPE

Geographical scope of the End-line survey will be the same as mentioned in Section 1.2 Geographical Presence.

2.2. REQUIRED SERVICES

The Firm will propose both quantitative and qualitative methods through standardized sampling size of data collection for the End-line Survey including but not limited to the following:

• Key Informant Interviews (KII) with Principal or Head Teacher • Focus Group Discussions (FGDs) with Parents • Focus Group Discussions (FGDs) with Children • Key Informant Interviews (KIIs) with CEO/DEO/DDEO Education • Field observation to verify the as built designs in Completed Humqadam Schools.

Humqadam will require the selected Firm to provide the following services. • Verification of what was delivered by Humqadam, expressed in the terms and data

categorization given in the 2015 Baseline Reports. • Reporting on how and why this infrastructure project was implemented? This should cover all

the infrastructure related aspects such as: - Toilet and toilet cubicles - Access for the differently abled in classrooms & Toilets - Satisfaction level - Humqadam provided facility & its condition - Existing facilities in the school

• Reporting on whether Humqadam’s infrastructure is actually being used for the purpose it was designed (if not, what is it used for, and why is it not used for the original purpose)

• Reporting on whether teachers are satisfied with the construction/works • Reporting on whether parents are satisfied with the infrastructure, construction, works • Reporting on whether students are satisfied with the construction/works • Reporting on whether SED officials (CEO/DEO/DDEO) are satisfied with the construction/works • Assessment and reporting of the current condition of the facilities constructed or rehabilitated • Verification and reporting of the current enrolment, attendance, and particularly the attendance

of disabled students, and look at the historical enrolment for last 3 years of the school, including (but not limited to) via the data provided in the 2015 Baseline Reports on this aspect.

• Reporting on whether any Community School Projects (CSPs) have been carried out by the Community Committee for School Infrastructure (CCSI) and who is benefitting of these CSPs

2.3. TASKS TO BE PERFORMED

The firm will be responsible for developing research methodology, designing the research, developing questionnaires for stakeholder interviews, collecting data, conducting interviews, compiling and analyzing the data collected and presenting the findings and recommendations in the form of report. In particular:

The firm will conduct a thorough desk review of research and information available – particularly the 2015 Baseline Reports – as defined in objectives and scope in this document.

Based on the initial desk review, the firm will design the overall research methodology, confirm the list of stakeholders and the stakeholder questionnaires and final report templates.

The firm will agree on the development of research instruments and methodology as per objectives and scope, with the oversight and approval of SCRP-Humqadam.

The firm will collect primary information from stakeholders via one-on-one interviews and focus group discussions or method necessary to gather information for objectives/scope.

RFP 21-0008 End Line Survey Page 10 of 41

The firm will analyze and report data as per objectives and scope. The firm will check and compile all analysis into a readable reporting format, compatible with the

format and structuring of the 2015 Baseline Reports. The firm will present findings and conclusions firstly to SCRP-Humqadam and thereafter to

other relevant stakeholder groups. The firm will compile all results into a final report for stakeholder dissemination, initially as draft

final report for SCRP-Humqadam review and clearance.

2.4. RESPONSIBILITY OF THE CONSULTING FIRM

Attending an orientation with the Team leader, MEAL Manager, Manager Infrastructure, Manager QAQC, and Manager Community Development before signing the contract.

Developing KIIs and FGDs instruments and any data collection tools, as per the specified objectives of the End-line Survey and conforming in relevant aspects to the 2015 Baseline Reports;

- These instruments and tools are to be approved by the MEAL Manager. Providing enumerators, including two engineers and two data collectors per team. .i.e. It is

expected that there will be teams of four as a minimum carrying out the surveys, with two people focussed on the engineering surveys and assessing the condition of the schools, and two focussed on answering the survey questions and documenting the supporting evidence, audio recording and notetaking.

Arranging of Android-based devices (mobile phones or tablets having minimum camera of 32 mega pixels) to their enumerators to use in filling in the End-line surveys on google form/equivalent moreover, upload the inspection through Humqadam MIS with enabled GPS tagging to ensure the teams has visited the site. The provided phones or tablets should have reasonable internet connections and the ability to record GPS coordinates.

Training of the enumerators in centralized training in Islamabad for at least 5 days. The training should include theoretical sessions to ensure conceptual clarity, classroom simulations and field practice. This training will cover logistics (coordinating with EDOs), developing the layout, and in carrying out the survey, using good interview techniques. The training should also include ethical principles, procedures and behaviours to be observed by all enumerators in the entire process of gathering information considering gender considerations and all aspects to be considered when interviewing children.

Weekly updates on work plans vs actual progress through weekly meetings. At least one monitoring visit from the experienced Monitoring personnel nominated by the

Firm for every data collector group. Comparing End-line survey results with baseline (made available by IMC) in form of tables,

charts and graphs to identify the impact of the programme. Analysing survey results in the statistical software SPSS and sharing both raw and cleaned

data in Excel Submission of a Draft Final Report, to be followed by the Final Report after client feedback.

2.5. DELIVERABLES

The expected deliverables are as follows. Inception Report An Inception Report including the detailed approach and methodology and

plan of execution for the assignment to be provided within the first week after signing of the contract. This includes a detailed work plan and suggested refinements and approaches to the proposed sampling level. It should also include an analysis plan and specific indications on how the data structuring will be aligned with the 2015 Baseline Reports.

Table of Contents The Table of Contents for the Final Report will be shared along with the Inception Report

Training Report A Training Report following the five days of training, and the results from the day of field training.

RFP 21-0008 End Line Survey Page 11 of 41

Work Plan and Schedule

A weekly implementation Work Plan and Schedule detailing which schools will be visited, who will visit them, and whether or not they have been communicated with through the CEO.

- The plan will require sign-off by the Humqadam-SCRP MEAL Manager, and will be updated with changes as they happen, or within 24 hours (by a phone call or email).

- Where there are any significant last-minute changes, this will be addressed in a meeting between the Firm, the MEAL Manager and other relevant SCRP staff.

Survey information

Progressive Survey information will be compiled in the form of a report and raw data in an Excel document.

- Each column representing a survey question or a calculation result and each row should represent a school.

- This includes comprehensive good quality photographs and audio recordings.

Draft Report The Draft Report (including specific narrative on how the data structuring in this survey has been aligned with the 2015 Baseline Reports) is due 15 days before the due date of the Final Report and is to be submitted to the MEAL Manager of Humqadam-SCRP.

- The MEAL Manager will provide Humqadam-SCRP comments thereon within 5 days.

Final Presentation

Final Presentation and meeting with the Humqadam Management Team for discussing Survey findings and for obtaining approval of Final Reports.

Final Report Final Report (3 Hard copies along with a soft copy) consisting of quantitative and qualitative findings, due for submission to Humqadam-SCRP within 3 working days thereafter

Important Note: All sources of the data used (not just references) will be presented in their original form in the Annexure of the final report.

2.6. REQUIRED EQUIPMENT The Firm must supply, and budget for, the following:

• Provision of one latest smartphone with advanced specifications for each team member. The tablet must have a good camera (minimum 32 megapixels) and GPS capability. (Parental Controlled by IMC’s IT team)

• Provision of engineering surveying equipment, as recommended by the Firm in their technical proposal

• Provision of stationary, including clipboards, paper, pencils, erasers, and pens

2.7. OTHER SPECIFIC REQUIREMENT A designated Project Manager (Minimum 10 years of managerial experience in dealing with similar tasks for the International Organizations) should be nominate for the end-line survey.

3. Timelines The research will start on 8 March 2021 and is expected to be completed before 20 May 2021. The consulting firm will be contracted for 2 months from the date of assignment, although there will be a hold point after the completion of 3 schools per inspection team. Humqadam will review the information obtained by the teams and provide feedback.

The Firms will be expected to put enough teams in the field to ensure this timeline. The expected commencement of the assignment is no later than 8 March 2021 and the expected assignment conclusion date is 20 May 2021 from the date of commencement. The Firm will plan to accommodate for any unforeseen events i.e. strikes, public holidays, Elections, etc. The final report along with supporting deliverables must be submitted on or before the concluding date of the assignment as per the time line below.

RFP 21-0008 End Line Survey Page 12 of 41

TASK START END Working DAYS

End-line Surveys 8-Mar-21 19-May-21 53 Desk study & Inception Report 8-Mar-21 11-Mar-21 4 Finalization of Data Collection Tools 15-Mar-21 18-Mar-21 4 Enumerators Training 23-Mar-21 25-Mar-21 3 Data Collection from field 26-Mar-21 26-Apr-21 22 Data Analysis 15-Apr-21 30-Apr-21 12 Draft Report 3-May-21 6-May-21 4 Mini-Workshop to share the Analysis & Draft Report 11-May-21 12-May-21 2 Final Report (after responding all the comments) 13-May-21 19-May-21 5

4. Terms and Conditions

4.1. HUMQADAM/SCRP RESPONSIBILITIES

On behalf of the Humqadam-SCRP Programme, the M&E Officer will serve as the focal person, who will be the primary point of contact for the Consulting Firm. The M&E Officer will be supported by the Humqadam-SCRP MEAL Manager and Senior Programme Manager. The Humqadam-SCRP Team Leader will be the focal person for resolving any contractual matters relating to this assignment. Humqadam-SCRP shall inform the provincial governments that the surveys are taking place, and where possible will obtain written approval for the activity. If written approval is provided, Humqadam will provide copies for the enumerators. The Firms are expected to work independently once the inception process has been completed. Logistical arrangement and boarding will be the sole responsibility of the consulting firm, though route information may be obtained, where necessary, from the Humqadam-SCRP Infrastructure or Security departments. It is expected that six Humqadam team members will be invited to participate at various times in the training schedule for enumerators.

4.2. PAYMENT SCHEDULE

PAYMENT FOR THE SERVICES WILL BE MADE ACCORDING TO THE FOLLOWING SCHEDULE AND MILESTONES.

Milestones Descriptions Due date % of Total Payment Milestone-1 Inception Report,

Work Plan and Schedule

12-Mar-21 20%

Milestone-2 Training Report 26-Mar-21 20% Milestone-3 Draft Report and

Presentation 12-May-21 25%

Milestone-4 Final Report 20-May-21 35%

The above-mentioned timelines are fixed. The Firm must deploy enough resources to complete the job within the agreed timeline. In case of delays, a penalty deduction of 0.1% per day or 10% contract value, whichever is lesser will be applicable. Upon completion of each Milestone, IMC will issue a milestone completion certificate based on that Firm will submit with the invoice which shall be released within 15 Days

4.3. EVALUATION CRITERIA

The award of a contract should be made to the consulting firm whose offer has been evaluated for technical and commercial viability and is determined through;

A Technical Criteria weight [70] B Financial Criteria weight [30]

The below table shows the breakdown of the questions and scoring criteria which bidders are required to submit responses to in their proposal for delivering the Terms of Reference.

RFP 21-0008 End Line Survey Page 13 of 41

Evaluation Criteria Maximum Points

Technical Approach

1. Does the proposal understand and contextualize the requirements of the project as stated in the Scope of Work?

2. Does the proposal include a description of the proposed approach and development tools?

3. Did the bidder provide a clear explanation of how each aspect and requirement of the TOR will be met? Is the proposed methodology cogent and creative?

4. Does the proposal demonstrate the offeror’s technical knowledge related to the requirements of the research topic and its related areas especially trade data, market and consumer survey?

5. Does the offeror demonstrate knowledge and ability to design and conduct research studies in general and on trade in particular?

05 points

05 points

05 points

15 points

10 points

Subtotal Points- Technical Approach 40 Points

Management Approach

1. Does the offeror have a network of experts and staff who are qualified, experienced and available to complete the proposed scope of work?

2. Does the proposed Project Manager satisfy technical and experience requirements?

3. Project plan – Does the proposal with detailed activities and timeline fulfill the requirements of executing the Scope of Work effectively and efficiently?

4. Does the offeror has demonstrated an established procedure/mechanism of Monitoring, Evaluation & Risk management (human resources, data analysis, etc.) to meet the requirements of TOR?

04 points

04 points

04 points

03 points

Subtotal Points-Management Approach 15 points

Past Performance

1. Does the offeror have the profile, experience, human resources, financial capacity and track record (testimonial from clients) in conducting similar work as the scope of work?

15 points

Subtotal Points-Past Performance 15 points

Certificate / Supporting Documents Submission

1. Audited financial statement of last two years 2. Minimum 15 Million annual turn over 3. Copies of registration certificates (NTN, incorporation

certificates, etc.)

10 Points 10 Points 10 Points

Subtotal Points-Past Performance 30 points

Total Points 100 points

RFP 21-0008 End Line Survey Page 14 of 41

5. Application process and timeline The sealed Technical and Financial Proposals are to be submitted in separate envelopes put in one overall envelope addressed to the following address no later than DATE: No later than within 7 working days of advertisement

Sr. Procurement & Admin Officer

Humqadam 11th Floor, Ufone Tower Blue Area, Islamabad

Telephone: 051 – 8485050 Fax: 051 - 8449696

Email: [email protected]

RFP 21-0008 End Line Survey Page 15 of 41

6. Annex-A: Example of expected information to be collected in the end-line survey

Here a sample of information to be collected during the End-line Survey about the current facilities and the number of students attending the school. The calculations are expected to be completed, and reported on both in a report and in Excel, as detailed in Table 1 Table 1: Calculations or analysis required following End-line survey

No Item Calculation 1) Overcrowding Number of students attending / 40 (assuming a 40:1

ratio of students to classrooms) minus the existing number of classrooms used for teaching. Unadmitted students must be included in the total strength.

2) Number of additional classrooms required due to multi-grading

If the answer to Qu. A-7 (Are there more than two grades taught in the same classroom at the same time?) is ‘yes’ then additional classrooms due to multi-grading should be determined. Classrooms to address multi-grading the school should be assessed through the following steps: 1. Does the school have more than 100 students? If

not then multi-grading will not be considered. No further action.

2. Divide the number of students attending in each grade by 40 to determine the number of classrooms for each grade. Round to the nearest integer.

3. Sum the integers, and subtract the number of existing classrooms used for teaching

3) Student to toilet ratio One toilet for persons with disability will always be provided, in addition to the below calculations: Number of girls attending / 80 (assuming a 80:1 ratio of students to toilets) Number of boys attending / 80 Sum the number, and minus the existing number of toilets. Girls and boys toilets should be provided in separate blocks for designated co-education schools.

4) Capacity for septic tank 25 litres per student per day, multiplied by the number of students, minus the existing capacity.

5) Capacity for water tank 8 litres per student per day, (assuming pour-flush toilets, otherwise 15 litres) multiplied by the number of students, minus the existing capacity.

RFP 21-0008 End Line Survey Page 16 of 41

7. Humqadam-SCRP Guidance Notes for End-line School Surveys Introduction These guidance notes accompany the survey documents entitled End-line Survey for Primary Schools, as well as End-line Survey for Higher Secondary Schools. These guidance notes are relevant to both surveys, unless otherwise indicated in the text. These notes are intended for use by both the organization awarded the contract to perform End-line Surveys and by the enumerators working with that company. They should be referred to when training the enumerators, and at least one copy should be available with the enumerator at any given time during a survey for reference. It is expected that the interviewee is the head teacher, however in their absence a knowledgeable teacher or a knowledgeable member of the Parent Teacher Council / School Council (PTC / SC) may be interviewed.

General School Information It is recommended that all information collected is from a primary data source, (i.e. an interviewee or sighted paperwork) rather than a secondary data source.

Question Description / Explanation School Name Despite the options provided, this should include the school’s designated code

(e.g. ‘GPS’), and should match the name of the school in the Education Management Information System (EMIS) data, or the Programme Monitoring and Implementation Unit (PMIU) data in the Punjab province. For example a school name should read “GHSS Akbar Pura”, not “Akbar Pura”.

Primary / Middle / High School / HSS

The checked box should correspond with EMIS and PMIU data; however if students in grades outside of these levels attend, then this shall be noted in the attendance records later in the survey.

Male / Female Throughout this programme we have seen that in some rural schools, while the school is designated a male or female school, both genders attend (due to a lack of facilities for one gender or the other). Even if the school is designated to be one gender, the enumerator should ask the head teacher if anyone from the opposite gender attends regularly.

School Address

If the official address is not enough information to locate the school then additional information should be provided here. Geographical Information System (GIS) coordinates can be provided.

EMIS This EMIS number should match the Government of Pakistan EMIS. District / Tehsil / UC / Village

The district and Tehsil names should match those on the EMIS and PMIU data. The Union Council information and Village should be obtained from the interviewee.

Contact Details The contact details should be correct as at the time of the End-line survey, especially the name and contacts for the head teacher, which should be taken in person.

Latitude, Longitude

This can be recorded either via a GPS camera, or by pinning the school on Google Maps. Alternatively, the enumerator can use a GPS locator, or can pin their location on a smart phone while at the school. Despite the method used, the numbers should be manually transcribed into the survey form, or entered into the digital (Excel) survey results.

8. General Details

GOVERNMENT TERMINOLOGY

The Government of Pakistan (GoP) uses terminology which has not been carried through in this survey, as plain language has been preferred to avoid confusion. This GoP terminology is included in these guidance notes in case the terminology is noted on the EMIS or PMIU websites, or in case the interviewees refer to this. These definitions are:

• Functional: A school which is performing or is able to perform its regular functions.

RFP 21-0008 End Line Survey Page 17 of 41

• Non-functional: A school which is not performing or is not able to perform its regular functions, for example it is unsafe to enter.

• Merged: A school which has been fused with another school due to its operating adjacent to the school in question and/or the enrolment dwindled to extremely low.

• De-notified: School which is no longer official recognized or notified by the Government. Consolidated: A school in which to ensure there is a one teacher to one classroom ratio for each class, a girls’ primary school can be merged with a boys’ primary school in the same village/locality, within 500m of each other. Both buildings are underutilisation to ensure the one classroom – one teacher policy is maintained. This is done to manage the problem

RFP 21-0008 End Line Survey Page 18 of 41

SECTION 4 Proposal Response Schedule

To: IMC Worldwide Ltd. Pakistan 11th Floor Ufone Tower, Jinnah Avenue Islamabad, Pakistan We agree to be bound by the General Conditions of Tendering, General Terms & Conditions and IMC Business Ethics Policy and we hereby submit our Proposal, to perform the services for End line Survey consultancy in conformity with the Terms of Reference and in accordance with the Proposal Response Schedules included in our bid documents, as per the provisions of the RFP. We are submitting our Proposal in association with (If any):

Name of Associate(s)/ Sub-consultant(if any) Location of Consultant, City and Country

1

2

3

4

Our Proposal shall be valid for the period of time specified in the RFP, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. We have no conflict of interest, and our firm, its affiliates and subsidiaries have not been declared ineligible under the law of PK, or in accordance with the RFP. If negotiations are held during 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 understand that all provisions and conditions of the RFP (as amended via Addendum, if applicable) are fully applicable to our Proposal. We further understand that you are not bound to accept any or all Proposals that you may receive.

Authorised Representative Signature:

Date

Name & Title of Signatory:

Name: Title:

Duly authorized to sign on behalf of

Contractor Name of Authorized Representative and Location of Contractor (registered office & operational office)

Seal or stamp

PRS NO. 01: TECHNICAL SUBMISSION FORM

RFP 21-0008 End Line Survey Page 19 of 41

[Provide here a brief description of the background and organisation of your firm/entity and each associate for this assignment.]

PRSNo.02. A. Consultant’s Organisation (Attached documentary evidence(s) to below stated)

Legal Name of Consultant’s Organisation

Address of Consultant

Telephone

Email

PK Branch Office or Associate (if any)

Address

Telephone

Email

Name(s) of Directors/Owner(s)

CNIC No. of Owner(s)

Authorized Representative (Name/Contact Number/Email

Certificate of Incorporation (Entity & Date)

National Tax Number (NTN/FTN)

FBR SRTN

Registration Number Securities Exchange Commission of Pakistan

Annual Turnover for the last 3 Years (Last Audited Report to be attached)

Year Amount (PKR)

We certify that all information and data & supporting documentation as a proof in this form is accurate and correct. We further understand that supporting documentation attached if proved incorrect, may result in the rejection of our Bid proposal, and in disqualification from any further procurement exercises carried out by the Purchaser.

Signed Dated

Name and Designation

Stamp

Duly authorised to sign on behalf of Consultant

PRS NO. 02A: CONSULTANT’S ORGANISATION AND EXPERIENCE

RFP 21-0008 End Line Survey Page 20 of 41

PRSNo.02. B Consultant’s Experience [Using the format below for single (assignment) instance of Work done, Consultant to provide information on each assignment for which your organisation, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major organisations within an association, for carrying out consulting services similar to the ones requested under this assignment. Use maximum 5 pages. Supporting docs of each assignment be attached to this form]

Name of Purchaser/ Client:

Original Contract Value (PKR)

Address of Purchaser:

Approximate value (in PKR) of the services provided by your organisation under the contract:

Start & Completion date (month/year):

Total No of staff-months of the assignment:

Name of associated Consultants, if any:

No of professional staff-months provided by your organisation:

Name of senior professional staff of your organisation involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader, Project Manager):

Narrative description of Project:

Description of actual services provided by your staff within the assignment:

For Reference Check with above Purchaser please provide below;

Name:

Designation:

Mobile:

Email:

We certify that all information and data in this form is accurate and correct. We further understand that supporting documentation proving data / information provided by us in this form may be required by the Purchaser at any stage before signature of contract, and our failure to provide such documentation, acceptable to the Purchaser, may result in the rejection of our proposal, and in disqualification from any further procurement exercises carried out by the Purchaser.

Authorised Signature: Date

Name & Title of Signatory:

Stamp

Company Name of Consultant

RFP 21-0008 End Line Survey Page 21 of 41

You are required to present your Technical Proposal (maximum 10 pages, inclusive of charts and diagrams but excluding CVs) which shall appropriately answers to the below stated questions by clearly citing below references, respective section marking is illustrated;

Evaluation Criteria Maximum Points

Technical Approach

1. Does the proposal understand and contextualize the requirements of the project as stated in the Scope of Work? 1. Does the proposal include a description of the proposed

approach and development tools? 2. Did the bidder provide a clear explanation of how each aspect

and requirement of the TOR will be met? Is the proposed methodology cogent and creative?

3. Does the proposal demonstrate the offeror’s technical knowledge related to the requirements of the research topic and its related areas especially trade data, market and consumer survey?

4. Does the offeror demonstrate knowledge and ability to design and conduct research studies in general and on trade in particular?

05 points

05 points

05 points

15 points

10 points

Subtotal Points- Technical Approach 40 Points

Management Approach

1. Does the offeror have a network of experts and staff who are qualified, experienced and available to complete the proposed scope of work?

2. Does the proposed Project Manager satisfy technical and experience requirements?

3. Project plan – Does the proposal with detailed activities and timeline fulfill the requirements of executing the Scope of Work effectively and efficiently?

4. Does the offeror has demonstrated an established procedure/mechanism of Monitoring, Evaluation & Risk management (human resources, data analysis, etc.) to meet the requirements of TOR?

04 points

04 points

04 points

03 points

Subtotal Points-Management Approach 15 points

Past Performance

1. Does the offeror have the profile, experience, human resources, financial capacity and track record (testimonial from clients) in conducting similar work as the scope of work?

15 points

Subtotal Points-Past Performance 15 points

Certificates / Supporting Documents Submission

PRS NO. 03: DESCRIPTION OF TECHNICAL APPROACH AND METHODOLOGY

RFP 21-0008 End Line Survey Page 22 of 41

1. Audited financial statement of last two years 2. Minimum 15 Million annual turn over 3. Copies of registration certificates (NTN, incorporation

certificates etc.)

10 Points 10 Points 10 Points

Subtotal Points-Financial Section 30 points

Total Points 100 points

PRS NO. 04: CURRICULUM VITAE (CV) FOR THE PROPOSED PROJECT MANAGER AND

KEY TECHNICAL EXPERTS, AND OTHER STAFF AS STATED IN TORS

1 Proposed Position

2 Name of Firm

3 Name of Staff Years with Firm/Entity

4 Date of Birth Nationality

5 Education

6 Membership of Professional Associations

7 Other Training

8 Countries of Work Experience

9 Languages (5 Fluent down to 1 Poor)

Language Speaking Reading Writing

10 Employment Record [Starting with present position, list in reverse order every employment held by staff member for past ten years, giving for each employment (see format here below): dates of employment, name of employing organisation, positions held.]

From: To:

Employer: Position Held:

From: To:

Employer: Position Held::

From: To:

Employer: Position Held::

11 Detailed Tasks Assigned [List all tasks to be performed under this assignment by this CV stated Staff member]

Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under this point 11.]

RFP 21-0008 End Line Survey Page 23 of 41

Assignment No 1

Employer:

Name of assignment:

Location: Year:

Positions held:

Main project features:

Activities performed:

For Reference Check with above Purchaser please provide below;

Name:

Designation:

Mobile:

Email:

Assignment No 2

Employer:

Name of assignment:

Location: Year:

Positions held:

Main project features:

Activities performed:

For Reference Check with above Purchaser please provide below;

Name:

Designation:

Mobile:

Email:

Assignment No 3

Employer:

Name of assignment:

Location: Years:

Positions held:

Main project features:

Activities performed:

For Reference Check with above Purchaser please provide below;

Name:

Designation:

Mobile:

Email: 13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged. I further understand that the Purchaser may require additional documents supporting the data and information provided in this CV and that my failure to provide such documentation satisfactory to the Purchaser may lead my disqualification or dismissal, if engaged.

RFP 21-0008 End Line Survey Page 24 of 41

Signature of staff member:

Date:

OR

Name and Signature of authorised representative of staff member:

Date:

RFP 21-0008 End Line Survey Page 25 of 41

PRS NO. 05: TEAM COMPOSITION AND TASK ASSIGNMENT

Professional Expert ( As per TORs & Bidder’s Own Proposition) Name of Expert Firm/ Status of Employment Area of Expertise Position Assigned Task Assigned

Authorised Signature: Dated

Name & Title of Signatory: Company Stamp

RFP 21-0008 End Line Survey Page 26 of 41

PRS NO. 06: STAFFING SCHEDULE

Name of Expert Member

1.1.2. INPUT- No. of Weeks are columned, please insert no. of days where remuneration are claimed

1.1.3. Total input

1 2 3 4 5 6 7 8 9 10 11 12 n Home Field2 Total Professional Staff

1 Project Manager - Example [Home] 4 3 2 1 - 5 15 [Field] 1 4 1 6

2

n

Subtotal

Field Technical Staff

1 [Home] [Field]

2

n

Subtotal

Total 1 For bidder’s input above schedule is divided into no. of Weeks which shall be stipulated with no. of working days respective staff is at task. For each staff indicate separately staff input for home and field work. 2 Field work means work carried out at a place other than the Consultant's home office. 3 Field Teams (2 Data Collector with 02 engineers) shall be incorporated as a team. All team shall be incorporated in schedule e.g. Team-A, Team-B ∞ n Authorised Signature: Dated

Name & Title of Signatory: Company Stamp

RFP 21-0008 End Line Survey Page 27 of 41

PRS NO. 07: WORK SCHEDULE This is a standard template, however bidder can use more enhance tools like MS Project/Primavera etc. to develop Work schedule.

Milestones Main activities to achieve Milestones Schedule (week)

1 2 3 4 5 6 7 8 9 10 11...... End 1 -

-

-

2 -

-

-

3 -

-

-

4

5

1 Indicate all main activities of the assignment in conformity with TORs, shade/highlight respective Week of activity execution.

2 Field team wise (by specifying with team code) activities illustrating no. of completion successfully completed shall be incorporated.

3 Timeline stated in TORs (section no. 03) shall be kept in mind while developing work schedule.

Authorised Signature: Dated

Name & Title of Signatory: Company Stamp

RFP 21-0008 End Line Survey Page 28 of 41

PROPOSAL RESPONSE SCHEDULE – PRS NO. 08 - A FINANCIAL SUBMISSION FORM

To: IMC Worldwide Ltd. Branch Office 11th Floor Ufone Tower, Jinnah Avenue Islamabad, Pakistan We agree to be bound by the General Conditions of Tendering, General Terms & Conditions and IMC Business Ethics Policy and we hereby submit our Proposal, to perform the services for End Line Survey in conformity with the Terms of Reference and in accordance with the Proposal Response Schedules included in our bid documents, as per attached Financial Proposal for the sum of:

CURRENCY & AMOUNT

[Total Proposal Price in words] This amount is exclusive or inclusive of local taxes (all government applicable taxes): [Consultant to fill in] We confirm that our Proposal shall remain valid, from the closing date, for the period stated in the RFP. Our Financial Proposal is binding upon us and shall be subject to any modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal. We understand you are not bound to accept any or all Proposals you receive.

Authorised Signature:

Date

Name & Title of Signatory:

Name: Title:

Duly authorised to sign on behalf of

Name of Consultant

Seal or stamp

RFP 21-0008 End Line Survey Page 29 of 41

PRS NO. 08 - B BREAKDOWN OF COSTS, BUDGET CALCULATION FORM A1 & A2 AND

MILESTONE WISE COST BREAKDOWN FORM A3

Item Pak Rupees

Remuneration

Reimbursable Expenses

Total Costs of Financial Proposal

Mandatory Notes:

1. All prices in the Financial Proposal are including of all government applicable taxes, duties, levies etc. Total costs must coincide with the sum of the relevant Subtotals indicated in Form A1, A2 & A3 provided in this PRS No. 08 below.

2. The Purchaser at its own discretion may decrease number of Schools, in case of more than one award under tendered scope of work, the quoted rates will remain the same.

3. The Consultant shall inform itself fully of all circumstances and conditions relating to submitting a bid documents, and shall satisfy itself as to the correctness and sufficiency of the TOR’s.

Authorised Signature:

Date

Name & Title of Signatory:

Name: Title:

Duly authorised to sign on behalf of

Name of Consultant

Seal or stamp

RFP 21-0008 End Line Survey Page 30 of 41

BUDGET CALCULATION (FORM A1 & A2) Below is Forms are not exhaustive list of staff remuneration or reimbursable cost heads, bidder’s may propose their list in conformity of Terms of Reference (Section 3 of RFP)

FORM A1- Remuneration Cost

Sr # Category N Rate Days Amount (Rs) 1 Project Manager 2 Project Coordinator/ Operations Manager 3 Data Manager 4 Lead topographical surveyor 5 CAD Manager 6 CAD Operators 7 Field Staff 8 Engineers 9 Data Collectors

Total Cost (PKR)

FORM A2 - Reimbursable Cost Sr # Description Detail No./units Unit Price Unit Amount (Rs)

1 Training Exp Hotel per day Food Exp per day Travel Exp per person Training Honorarium per day Pretesting/Field Training Vehicle Rental - Food Exp - 2 Field Work Exp Vehicle Rentals Per day Postal charges Per Team per team Telephony per team per team GPS Rental per GPS Stationery per team 3 Other Direct Expenses Data Entry Software - Data Entry

Translation/formatting/etc of Questionnaire -

Report Printing Per copy

Printing and photo

copying of Questionnaire per questionnaire

Total Cost (PKR)

Authorised Signature: Date

Name & Title of Signatory: Name:

RFP 21-0008 End Line Survey Page 31 of 41

Title:

Duly authorised to sign on behalf of

Name of Consultant Seal or stamp

MILESTONE WISE COST BREAKDOWN (FORM A3) Below is Forms are not exhaustive list of activities, bidder’s may propose as per their Work Schedule (PRS No. 07) and in conformity with TORs (Section 3 of this RFP). Below breakdown shall be refined enough so that it shall reconcile with above Budget calculation Forms A1 & A2.

S. No. Milestone Description Earliest Finished Date

Total Cost of Activity (Pak Rupees)

1 Mile Stone 1 Inception Report, Work Plan and Schedule

2 Mile Stone 2 Training Report

3 Mile Stone 3 Draft Report and Presentation

4 Mile Stone 4 Final Report

Add row as per your proposal

Total

1 Names of milestones should be the same as, or correspond to the ones indicated in the PRS No. 07 (Work Schedule).

2 Please include short description of the activities whose cost breakdown is provided in this Form.

3 Please include timeline with week number as in conformity with Work Schedule (PRS No.07)

Authorised Signature: Date

Name & Title of Signatory: Name: Title:

Duly authorised to sign on behalf of

Name of Consultant Seal or stamp

RFP 21-0008 End Line Survey Page 32 of 41

SECTION 5 GENERAL TERMS AND CONDITIONS

5.1 Legal Status: The Consultant shall be considered as having the legal status of an independent entity.

Agents or employees of the Consultant shall not be considered in any respect as being employed or in any manner officials or staff members of the Purchaser

5.2 Authority of Member-in Charge 1) If the Consultant is a joint venture, consortium or association (this does not include sub-consultancy) all

of the parties shall be jointly and severally liable to the Purchaser for the fulfilment of the Contract, but shall appoint one party to act as the Member-in-Charge with authority to bind the joint venture, consortium or association. The composition or the constitution of the joint venture, consortium or association shall not be altered without the prior consent of Purchaser.

2) In the case that the Consultant consists of a joint venture/consortium/association of more than one entity, the Members thereby shall authorise single entity to act as Member-in-Charge on their behalf in exercising all the Consultant’s rights and obligations towards Purchaser under Contract, including without limitation the receiving of instructions and payments from Purchaser.

5.3 Notices 1) Any notice, request or consent required or permitted to be given or made pursuant to Contract shall be

in writing. Any such notice, request or consent shall be deemed to have been given or made when delivered in person to the Purchaser or to the Member-in charge, as the case may be, or when sent to the address be specified in contract.

2) A Party may change its address for the delivery of notices by giving the other Party notice in writing of such change to the address specified in the contract.

5.4 Obligations of the Purchaser 5.4.1 General Obligations 1) The Purchaser shall appoint a Contract Manager, as specified in the contract, for the Services or shall

provide written notice to the Consultant of such an appointment. The Purchaser may from time to time replace the Contract Manager by giving written notice to the Consultant of such replacement.

2) Any action required or permitted to be taken and any document required or permitted to be executed under the Contract by the Purchaser or the Consultant may be taken or executed by the Contract Manager or Member-in-charge as the case may be.

5.4.2 Payments The Purchaser shall pay to the Consultant the sums due as stated in PRS under the Contract for Services provided that it fulfils the requirement of the Contract articles & sub articles.

5.4.3 Information The Purchaser shall so as not to delay the Services and within a reasonable time give to the Consultant free of cost all information in his power to obtain which may pertain to the Services.

5.4.4 Assistance and Exemptions The Purchaser shall use its best efforts to ensure that it shall provide the Consultant such assistance and exemptions as specified in the Contract.

5.4.5 Services, Facilities and Property of Purchaser 1) The Purchaser shall make available free of charge to the Consultant (if applicable) the services, facilities

and property as stated in the Terms of Reference. 2) Anything supplied by or paid for by the Purchaser or the Contract Manager for use by the Consultant

shall be the property of the Purchaser and where practicable shall be so marked. When the services are completed or terminated the Consultant shall furnish inventories to the Purchaser of what has not been consumed in the performance of the services and shall deliver it as directed by the Purchaser.

5.5 Obligation of the Consultant 5.5.1 Standard of Performance

The Consultant shall perform the Services and carry out their obligations hereunder with all due diligence, efficiency and economy, in accordance with generally accepted professional standards and practices, and shall observe sound management practices, and employ appropriate technology and safe and effective equipment, machinery, materials and methods. The Consultant shall always act, in respect of any matter relating to this Contract or to the Services, as faithful adviser to the Purchaser, and shall at all times support and safeguard the Purchaser’s legitimate interests in any dealings with Consultants or Third Parties.

5.5.2 Assignment and sub-letting 1) The Consultant shall not without the written consent of the Purchaser assign the benefits from the

Agreement. 2) Neither the Purchaser nor the Consultant shall assign obligations under the agreement without the

written consent of the other party.

RFP 21-0008 End Line Survey Page 33 of 41

3) The Consultant shall not without the written consent of the Purchaser initiate or terminate any sub-contract for performance of all or part of the Services.

5.5.3 Intellectual Property and Copyright The Consultant retains intellectual property and copyright (IP) (only for the record purpose) in all required software/ hardware tools, documents and other materials containing data and information furnished to the Purchaser by the Consultant, unless otherwise provided in the contract. The Purchaser shall be entitled to use them or copy them for the purpose for which they are intended and need not obtain the Consultant’s permission for such use.

5.5.4 Conflict of Interests The Consultant shall hold the Purchaser’s interests paramount, without any consideration for future work, and strictly avoid conflict with other assignments or their own corporate interests. As per Purchaser’s HR Policy, Consultant shall have to disclose in writing for relative who are currently working for IMC Worldwide as a full time or temporary employee.

5.5.5 Consultant Not to Benefit from Commissions Discounts, etc 1) The payment of the Consultant pursuant to contract clauses hereof shall constitute the Consultant’s only

payment in connection with Contract and the Consultant shall not accept for its own benefit any trade commission, discount or similar payment in connection with activities pursuant to the Contract or in the discharge of its obligations hereunder, and the Consultant shall use its best efforts to ensure that any Consultants, as well as the Personnel and agents of either of them, similarly shall not receive any such additional payment.

2) Furthermore, if the Consultant, as part of the Services, has the responsibility of advising the Purchaser on the procurement of goods, works or services, the Consultant shall at all times exercise such responsibility in the best interest of the Purchaser. Any discounts or commissions obtained by the Consultant in the exercise of such procurement responsibility shall be for the account of the Purchaser.

5.5.6 Consultant and Affiliates Not to Engage in Certain Activities The Consultant agrees that, during the term of this Contract and after its termination, the Consultant and any entity affiliated with it, as well as any sub-consultants and any entity affiliated with such sub-consultants, shall be disqualified from providing goods, works or services (other than consulting services) resulting from or directly related to the Consultant’s Services for the preparation or implementation of the project.

5.5.7 Prohibition of Conflicting Activities The Consultant shall not engage, and shall cause their Personnel as well as their sub-consultants and their Personnel not to engage, either directly or indirectly, in any business or professional activities that would conflict with the activities assigned to them under the Contract.

5.5.8 Confidentiality Except with the prior written consent of the Purchaser, the Consultant and the Personnel shall not at any time communicate to any person or entity any confidential information acquired in the course of the Services, nor shall the Consultant and the Personnel make public the recommendations formulated in the course of, or as a result of, the Services. Purchaser has the exclusive right over outcomes/deliverables under this contract.

5.5.9 Consultant’s Actions Requiring Agency’s Prior Approval The Consultant shall obtain the Purchaser’s prior approval in writing before taking any of the following actions: a) Entering into a subcontract for the performance of any part of the Services; b) Appointing such members of the Personnel not listed by name in the PRS; c) Replacing such members of the Personnel listed by name in the PRS; and d) Any other action that may be specified in the Contract.

5.5.10 Reporting Obligations The Consultant shall submit to the Purchaser the reports and documents specified in the Terms of Reference hereto, in the form, in the numbers and within the time periods set forth in the Terms of Reference. Final reports shall be delivered in electronic format in addition to the hard copies specified in the Terms of Reference.

5.6 Consultant’s Personnel & its Sub-consultants 5.6.1 General

The Consultant shall employ and provide such qualified and experienced Personnel and Sub-Consultants as are required to carry out the Services. The titles, agreed job descriptions, minimum qualifications and estimated period of engagement in the carrying out of the Services of each of the Personnel or Sub-consultant’s Key Personnel are described in the Terms of Reference. The Key Personnel and sub-consultants listed as well as by name in the PRS are hereby approved by Purchaser.

5.6.2 Removal and/or Replacement of Personnel 1) Except as the Purchaser may otherwise agree, no changes shall be made in the Personnel. If, for any

reason beyond the reasonable control of the Consultant, such as retirement, death, medical incapacity,

RFP 21-0008 End Line Survey Page 34 of 41

among others, it becomes necessary to replace any of the Personnel, the Consultant shall forthwith provide as a replacement a person of equivalent or better qualifications.

2) If the Purchaser (i) finds that any of the Personnel has committed serious misconduct or has been charged with having committed a criminal action, or (ii) has reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Consultant shall, at Purchaser’s written request specifying the grounds therefore, forthwith provide as a replacement a person with qualifications and experience acceptable to Purchaser.

3) The Consultant shall have no claim for additional costs arising out of, or incidental to, the removal and/or replacement of Personnel.

5.7 Performance of the Services 5.7.1 Location

The Services shall be performed at such locations as are specified in the TORs and, where the location of a particular task is not so specified, at such locations, as the Purchaser may approve.

5.7.2 Effectiveness of Contract The Contract shall come into force and effect on the date the Agreement is signed by both Parties or on such other conditions as may be stated in the Tender documents.

5.7.3 Commencement of Contract The Consultant shall commence the Contract not later than the number of days after the Effective Date specified in the Contract.

5.7.4 Completion of Contract The Contract shall end by the date specified in the Agreement.

5.7.5 Late Completion & Delays If Consultant fails to complete the service within the delivery time, the Consultant may be required to reimburse Purchaser for any loss or expense incurred by Purchaser that may result if any. And for any delay penalty of 0.1% of contract price per day or 10% of contract price whichever is lesser will be imposed by Purchaser Consultant shall be deemed conclusively to have authorized Purchaser to deduct any such amount(s) from payment(s) otherwise due.

5.8 Indemnification & Insurance Requirements 5.8.1 Professional Indemnity Insurance

The Consultant shall maintain Professional Indemnity Insurance shall be provided by the Consultant as provided by applicable law for anyone occurrence or series of occurrences arising out of the Agreement and for the period stated in the contract, and provided always that such insurance is available at commercially reasonable rates. The Consultant shall immediately inform the Purchaser if such insurance ceases to be available on the terms required by this Condition at commercially reasonable rates in order that the Purchaser and the Consultant can discuss means of best protecting the respective positions of the Purchaser and the Consultant in the absence of such insurance.

5.8.2 Public Liability Insurance If required a Public Liability Insurance shall be provided by the Consultant as per statutory requirement of Pakistan Law and/or Customary Law shall be solely and completely the Consultant.

5.8.3 Insurance Documentation 1) Within 14 days of Contract signature the Consultant shall produce for inspection insurance certificates

to show that the insurance cover required by the Purchaser is being maintained against the risks, and for the coverage for the duration of the Contract.

2) The Consultant shall not cancel, cause to be cancelled, or alter the terms and conditions of any insurance policy covering this Contract without the express permission of the Purchaser.

3) If the Consultant does not provide the insurance certificates required, the Purchaser may effect the insurance which the Consultant should have provided and recover the premiums Purchaser has paid from payments otherwise due to the Consultant or, if no payment is due, the payment of the premiums shall be a debt due.

5.9 Variation Orders 1) Subject to the mutual agreement of the Parties the Purchaser may prepare a Variation Order making

changes to the Services, Terms of Reference, timing and/or cost of the Contract. 2) Both Parties shall sign the Variation Order within 3 days of its issue.

5.10 Terms of Payment 1) The total payments made to the Consultant for the provision of the Services under the Contract shall

not exceed the Contract Ceiling Price stated in the Contract Agreement, except for Variation Orders made to the Contract.

2) The Purchaser shall pay to the Consultant the sums due under the Contract for Services provided that it fulfils the requirement of the Contract article & sub articles.

3) Payment shall be made within 15 days of receipt of the invoice and the relevant documents. The Consultants’ Personnel providing Services under the Contract, during the course of their work (including field work) under the Contract, if may be required, to complete time sheets or other such documents

RFP 21-0008 End Line Survey Page 35 of 41

used to identify time spent, as well as expenses incurred, as instructed by the Purchaser’s Authorised Representative.

4) If an Advance Payment is allowed, the first payment shall be made against the provision by the Consultant of an Advance Payment Guarantee for the same amount in the format provided. Other payments shall be made after the conditions for such payment have been met, and the Consultant has submitted an invoice to Purchaser specifying the amount due.

5.10.1 (a) Retention Money In order to take into account any list of outstanding services at the time of completion, taking over of the services and the obligation of the Consultant to complete the proper execution of the Services and any errors in certified amount. A Total sum of 10% of the contract value will be retained, which will be applied at each invoiced amount up to final payment. Retention money will be released at the expiry of successful completion of defect liability period. (b) Error Correction/Defect Liability Period Retention sum retained shall be paid by the Purchaser to the Consultant after 30 calendar days following the issuance of the Final Completion Certificate by the Purchaser. The Consultant will formally request the Purchaser to release retention money.

5.10.2 Payment on Termination Upon termination of the Contract the Purchaser shall make the following payments to the Consultant:

a) remuneration for Services satisfactorily performed prior to the effective date of termination; and b) Except in the case of termination pursuant to clause of “Termination for Default” reimbursement of

any reasonable cost incidental to the prompt and orderly termination of this Contract including the cost of the repatriation travel of the Personnel and their eligible dependents.

5.10.3 Taxes

1) For Services provided from outside and inside Pakistan the Consultant shall be entirely responsible for all taxes, license fees and other such levies imposed.

5.11 Termination & Suspension The Contract may be terminated or suspended in the following cases:

5.11.1 Termination for Default The Purchaser may, without prejudice to any other remedy for breach of Contract and written notice default sent to the Consultant, terminate the Contract in whole or in part if the Consultant: a) does not remedy a failure in the performance of its obligations, as specified in a Notice of

Suspension within 30 days after being notified or within a further period as Purchaser may have subsequently approved in writing;

b) in the judgment of Purchaser, has engaged in corrupt or fraudulent practices in competing for or in executing this Contract. For the purposes of this provision, the terms set forth below shall apply:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value (whether tangible or intangible) to influence the action of a person involved in making decisions;

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Purchaser and includes dishonestly obtaining any such benefit by way of deception, forgery or other means;

(iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or acts intended to materially impede the exercise of the Purchaser’s rights.

5.11.2 Termination for Insolvency The Purchaser may at any time terminate the Contract by giving notice to the Consultant if the Consultant becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the Consultant, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to Purchaser.

5.11.3 Termination for Convenience The Purchaser may, without cause, by written notice order the Consultant to terminate its engagement under the Contract. Upon such termination, the Consultant shall be compensated for the Services performed up to the point of termination, including a reasonable profit on the

RFP 21-0008 End Line Survey Page 36 of 41

uncompleted work. The Consultant shall promptly make every reasonable effort to effect cancellation upon terms acceptable to the Purchaser, of all outstanding subcontracts.

5.11.4 Termination by the Consultant 1) In the event that:

a) The Purchaser fails to pay any money due to the Consultant pursuant to this Contract and not subject to dispute hereof within 45 days after receiving written notice from the Consultant that such payment is overdue.

b) As the result of an event of Force Majeure, the Consultant is unable to perform a material portion of the Services for a period of not less than 60 days.

c) The Purchaser fails to comply with any Arbitral Award published as a result of arbitration hereof. 2) The Consultant may terminate the Contract on the occurrence of any of the events specified in

paragraphs (a) through (c) of this Clause. The Consultant shall give a not less than 30 days’ written notice of termination to Purchaser.

5.11.5 Suspension of Payments The Purchaser may, by written Notice of Suspension to the Consultant, suspend all payments to the Consultant hereunder if the Consultant fails to perform any of its obligations under the Contract, including the carrying out of the Services, provided that such Notice of Suspension (i) shall specify the nature of the failure, and (ii) shall request the Consultant to remedy such failure within a period not exceeding 30 days after receipt by the Consultant of such notice of suspension.

5.11.6 Suspension of Funding In the event that funding is suspended, from which part of the payments to the Consultant are being made, the Purchaser will notify the Consultant of such suspension within 7 days of having received advice of the suspension of funding.

5.11.7 Suspension of the Services In the event that the Services are suspended due to circumstances beyond the control of the Purchaser or the Consultant, the Purchaser shall after due consultation with the Consultant, determine any extension of time and the amount that shall be added to the Contract Price to which the Consultant is entitled.

5.12 Disputes & Arbitration 5.12.1 Amicable Settlement

The Parties agree that the avoidance or early resolution of disputes is crucial for a smooth execution of the Contract and the success of the assignment. The Parties shall use their best efforts to settle amicably all disputes arising out of, or in connection, with this Contract or its interpretation.

5.12.2 Dispute Resolution Any dispute, claim or difference out of breach or termination of the Agreement shall be agreed between the Purchaser and the Consultant or failing agreement shall be referred to arbitration.

5.12.3 Arbitration Any dispute, controversy or claim arising out of, or relating to, this Contract, or the breach, termination or invalidity thereof, shall be settled by arbitration in accordance with the UNCITRAL Arbitration Rules, in force at the time of Arbitration. The appointing authority shall be the London Court of International Arbitration (LCIA). The number of arbitrators shall be one. The place of arbitration shall be London, United Kingdom. The language to be used in the arbitral proceedings shall be English. The Arbitration award shall be final and binding on all Parties. During the period that Arbitration is underway, the parties shall continue to perform their respective obligations under the Contract, unless they otherwise agree, and the Purchaser shall pay the Supplier any monies due to the Consultant.

5.13 Force Majeure 5.13.1 No Breach of Contract

The failure of a Party to fulfil any of its obligations under the contract shall not be considered to be a breach of, or default under, this Contract insofar as the inability arises from an event of Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b) has informed the other Party as soon as possible about the occurrence of such an event.

5.13.2 Extension of Time Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure.

5.13.3 Payments During the period of their inability to perform the Services as a result of an event of Force Majeure, the Consultant shall be entitled to continue to be paid under the terms of the Contract, as well as to be reimbursed for additional costs reasonably and necessarily incurred by them during such period for the purposes of the Services and in reactivating the Service after the end of such period.

RFP 21-0008 End Line Survey Page 37 of 41

SECTION 6 BUSINESS ETHICS POLICY & CODE OF ETHICS

Business integrity is a consistency of form in conduct and behaviour that, for any firm that seeks to achieve it, earns the respect of its peers and the trust of its clients. Reinforced by a robust code of ethics, business integrity can be achieved in the application and enforcement of a set of guiding principles governing the actions of the firm, its staff and business partners.

IMC Worldwide Ltd has a policy that outlines its approach to business integrity in two parts: a Code of Ethics and a Code of Conduct.

Our Code of Ethics outlines the ethical principles of IMC and its staff, representing the aspirations of the firm at the business level. Our Code of Conduct translates these principles into practical guidance that empowers IMC, its staff, its business partners and their employees to realise these aspirations.

Our Business Ethics Policy – the combination of these codes – has been developed and enforced for the practical purpose of protecting IMC, its staff and business partners from acts of corruption and the potential criminal liabilities incumbent upon us should we find ourselves party to such acts. Specifically, it recognises the responsibilities of IMC as a UK-registered firm under the UK Bribery Act 2010, and its responsibilities in accordance with the relevant laws, statutes and codes applicable in the countries in which we operate. IMC will amend this code as and when necessary to reflect changes in national legislation, international agreements etc.

As part of our commitment to achieving the principles laid down in our Code of Ethics, IMC has assigned a board-director responsible for monitoring the application of our Code of Conduct on all projects undertaken by the firm. As Managing Director and Board Director responsible for Business Compliance and Ethics, Mr Gavin English is charged specifically with ensuring the firm maintains its commitment to combat corruption, and continues to promote a zero-tolerance approach on the issue to our clients and business partners.

RFP 21-0008 End Line Survey Page 38 of 41

CODE OF ETHICS

In all our endeavours, IMC Worldwide Ltd and its staff pledge that we will:-

Accept the responsibilities of our Profession…

At all times uphold the dignity, standing and reputation of our Profession, ‘leading by example’ as advocates of good governance and strong moral/ethical codes of practice;

Act with impartiality, and in the legitimate interests of our client(s) at all times when providing professional advice, judgement or decision;

Apply due skill, care and technical diligence in services rendered to our client(s), imparting knowledge at levels consistent with technological progress, changes to legislation, multilateral agreements on aid and sustainable development etc.;

Recognise that many of the countries and communities we work-in are in need of our help, seeking solutions that are compatible with the Millennium Development Goals (MDGs) and the principles of economic, social and environmental sustainability;

Advocate and adhere to core labour standards as outlined in the International Labour Organisation (ILO) Declaration on Fundamental Principles and Rights at Work (1998), seeking to eliminate forced, compulsory and child labour, and protect the rights of the individual; and

Perform all services with integrity, and conduct ourselves with the professionalism expected of a firm with our international standing, reputation and experience.

Promote transparency and fairness in Procurement…

Advocate the concept of "selection by ability" for individuals, seeking to eliminate discrimination based on gender, age, race, political, social or cultural backgrounds;

Advocate the concept of “selection by ability” for firms and organisations, adhering to the principles of fair and transparent procurement throughout the tendering process;

Refrain from bidding for and/or performing any service unless judged competent to do so;

Neither wilfully attempt, or otherwise sanction attempts to influence the decision of any tendering body through deliberate misrepresentation of ability, or other acts of corruption including bribery and extortion;

Neither carelessly or intentionally do anything to injure the reputation of a third-party, nor attempt to prejudice the appointment of rival individual/firm through negative campaigning; and

Engender a sense of trust and respect with all consultants and firms associated with IMC in mutual appreciation of our professionalism, and of our duty to the client.

RFP 21-0008 End Line Survey Page 39 of 41

Adopt a rigorous stance on corruption…

Promote a ‘zero tolerance’ approach to all forms of corruption;

Ensure continuing compliance with the UK Anti-Bribery Act (2010) and any relevant national legislation governing the operations and actions of firms/individuals in the countries where we work;

Perform appropriate due diligence on all potential partners, and refuse to associate with any firm, or employ any individual suspected of corrupt behaviour/practice;

Ensure all staff, contractors and business partners are (i) regularly reminded of our strict policy on corruption, and (ii) agree, by contract, to adhere to our ‘Code of Conduct’ when working on opportunities and projects with IMC;

Provide context-appropriate Anti-Corruption training to all staff (including IMC staff, independent consultants, and consultants and contractors staff where appropriate) to reinforce the responsibilities incumbent upon them as representatives of IMC;

Maintain and review ‘whistle-blowing’ procedures for the reporting of observed acts of corruption/bribery/fraud/extortion, and communicate these procedures to all s IMC staff, independent consultants, and consultants and contractors staff;

Immediately report to the relevant authority any known act of corruption, fraud or bribery committed by its staff, contractors, partnering firms or any third-party agent in the course of their commission on any lead, bid or project;

Suspend any employee suspected of committing a corrupt offence, subsequently terminating their contract should any later investigation find they have acted in direct contravention of our ‘Code of Conduct’; and

Cooperate fully with any legitimately constituted investigative body which make inquiry into the administration of our business.

Zafran Khan Team Leader IMC Worldwide Limited

IMC Worldwide Ltd 64-68 London Road Redhill Surrey RH1 1LG www.imcworldwide.co.uk IMC Worldwide Ltd 2651349 England

RFP 21-0008 End Line Survey Page 40 of 41

CODE OF CONDUCT

In our conduct on the School Construction & Rehabilitation Components for Khyber Pakhtunkhwa & Punjab Education Sector Programmes IMC Worldwide Ltd, its staff, its business partners and all independent consultants pledge that:-

WE WILL:

…adopt a ‘zero tolerance’ approach to all forms of corruption;

…ensure compliance with all UK, international and national anti-bribery legislation governing the operations and actions of firms/individuals;

…engender a sense of trust and respect with all partner firms;

…perform all services with integrity and adhere to the principles of fair and transparent procurement;

…apply due skill, care and technical diligence in services rendered to our client(s);

…undertake appropriate due diligence on suppliers;

…ensure all staff and suppliers are (i) regularly reminded of our strict policy on corruption, and (ii) agree, to adhere to the principles laid down in IMC’s ‘Business Ethics Policy’;

…ensure all staff and suppliers involved in project delivery complete the IMC Anti-Corruption training course;

…ensure staff and suppliers are aware of and understand the ‘whistle-blowing’ procedures for the reporting of observed acts of corruption/bribery/fraud/extortion;

…ensure staff and suppliers are aware of and understand the procedures for reporting any known act of corruption, fraud or bribery;

…immediately suspend any employee suspected of committing a corrupt offence pending further investigation; and

…cooperate fully with any legitimately constituted investigative body which make inquiry into the administration and management of the bid or project.

AND WE WILL NOT: …wilfully attempt, or otherwise sanction attempts, to influence the decision of any tendering

body through deliberate misrepresentation of ability, or other acts of corruption including bribery and extortion;

…carelessly or intentionally do anything to injure the reputation of a third-party, nor attempt to prejudice the appointment of rival individual/firm through negative campaigning;

…become involved in any activity which will, or might, involve dishonesty;

…comply with any direct instruction to act dishonestly;

…instruct any other person to act dishonestly or to knowingly commit any act of Corruption, Bribery, Extortion or Fraud;

…give or accept gifts, payments or other benefits – including exchange of favours – if the intention is to improperly influence actions or decisions;

…attempt to have claims/payments approved in any way other than the legitimate and officially recorded means; or

…dishonestly provide, conceal, or approve work, materials, equipment or services which are not of the quality and quantity required under contract.

In signing below, IMC Worldwide and XXXXXX agree to conform to the principles outlined above in all matters relating to the procurement process for the ‘School Construction & Rehabilitation

RFP 21-0008 End Line Survey Page 41 of 41

Components for Khyber Pakhtunkhwa & Punjab Education Sector Programmes and, if successful, the performance of related services. Further, XXXXX agree to conduct all duties related to the above in a manner that does not undermine IMC’s ability to adhere to its Business Code of Ethics, as attached.

Purchaser Name of Firm: IMC Worldwide Ltd …………………………… Signature: ………………………… Full Name: Zafran Khan …………………………… Date:

Consultant Firm Name of Partner: …………………………… Signature: …………………………… Full Name: …………………………… Date: