Directorate General of Watershed Management and Social Forestry

advertisement
Consulting Services “Forest
Programme II (REDD +)”:
Biodiversity Conservation and
Integrated Watershed
Development within the
Indonesian-German REDD+
Programme
Country: Indonesia
Deadline: 11 December, 2014
Deadline: 11 December, 2014
Ref.-Nr.: 201166255
Ref.: International, open Tender for “Forest Programme II
(REDD+)”
Project Executing Agency: Indonesian Ministry of Environment
and Forestry; Directorate of Forest and Land Rehabilitation under
Directorate General of Watershed Management and Social
Forestry in cooperation with related directorates within
Directorate General of Watershed Management and Social
Forestry and Directorate General of Forest Protection and Nature
Conservation.
Project measures:
The Programme concerns measures regarding conservation of
biodiversity and watersheds in West-Jambi, and possibly
Kalimantan. The objective of the Programme is to support
Indonesia in strategy development and implementation of
measures regarding conservation of biodiversity and watersheds
in the framework of the national REDD+-Strategy in West-Jambi
(Sumatra), and possibly Kalimantan. This is to contribute to the
implementation of strategies for forest conservation and
rehabilitation/restoration in order to reduce climate relevant
emissions and improve livelihoods of the rural poor (Programme
Impact).
Requested consulting services: Implementation consultant
Qualified international consulting agencies (alone or in
cooperation) with proven regional expertise in the area of
implementing:
-
Natural resource management
Integrated watershed management
Rehabilitation of critical landscapes
Biodiversity conservation
Protected Area Management
Forest Management and Livelihood Measures
Carbon Monitoring
Kreditanstalt für Wiederaufbau  Palmengartenstraße 5–9  60325 Frankfurt  Tel.: (069) 7431-0  Fax: (069) 74312944
-2-
Programme Planning
REDD+
are herewith invited to submit applications.
The integration of local Indonesian experts is essential. The
turnover of the consulting agency shall exceed € 3,000,000/year
during the last three years.
The selection of the consulting firm for the execution of services
will be made in accordance with the respective KfW Guidelines for
the Assignment of Consultants in Financial Cooperation with
Developing Countries, see:
https://www.kfw-entwicklungsbank.de/Download-Center/PDFDokumente-Richtlinien/Consulting-E.pdf
A tender agent has been assigned to assist the tender committee
in the tender process.
Documents have to be submitted as stipulated in the tender
document on 11 December 2014 at:
Ministry of Environment and Forestry
Directorate General of Watershed Management and Social Forestry
Directorate of Forest and Land Rehabilitation
Tender Committee for Forest Programme II Consultancy
Gedung Manggala Wanabakti, Blok I, 13th Floor
Jalan Jenderal Gatot Subroto,
Jakarta Pusat 10270
INDONESIA
Further information is available in the Annex.
-3Annex
Development Cooperation between the Governments of
Indonesia and Germany
“Forest Programme II (REDD+)”
Preparation of a Biodiversity Conservation Component and Integrated
Watershed Development Component within the Indonesian-German REDD+
Programme
Invitation for Expression of Interest
for
Consulting Services
Indonesian Ministry of Environment and Forestry;
Directorate General of Watershed Management and Social Forestry, and
Directorate General of Forest Protection and Nature Conservation
-4INVITATION FOR EXPRESSION OF INTEREST
1. KfW hereby invites qualified independent consultants to submit a prequalification document for
consulting services required (see §3.).
2. PEA: Indonesian Ministry of Environment and Forestry; Directorate of Forest and Land
Rehabilitation under Directorate General of Watershed Management and Social Forestry in
cooperation with related directorates within Directorate General of Watershed Management and
Social Forestry and Directorate General of Forest Protection and Nature Conservation
3. The project supports the Indonesian Government in implementing integrated watershed
management and biodiversity conservation in Kerinci–Seblat National Park (TNKS), West-Jambi
and possibly in Kalimantan.
4. It is expected that the project measures will include the following fields of intervention:

Core Project Component on Biodiversity: Supporting the management of TNKS in the project
area.

Core Project Component on Watershed Development: Improvement and rehabilitation of the
upper and middle watershed of the Merangin Sub-Sub Watershed.

Joint TNKS and BP-DAS Batanghari (watershed management) activities in communes bordering
TNKS for supporting biodiversity conservation and watershed development through protection
and rehabilitation of forests and forest land.
5. The requested services of the Consultants comprise:










Biodiversity Conservation and Protected Area Management
Natural Resources and Integrated Watershed Management,
REDD + and forestry
Institutional development and capacity building and training
Participatory approaches, community involvement
Project management, including M&E, budgetary/financial matters
Forest, Watershed and Carbon Monitoring
Economic analysis, environmental economics, sustainable financing of environmental
services
Regional and local land use planning
Rural development and social economics,
6. Services are to be provided by a team comprising of international and national long and shortterm experts. Efficient management and backstopping services shall be made available.
7. Consultants are free to associate themselves with other firms to ensure that all required knowhow and experience are available to them.
8. The prequalification document in English language shall have the following structure and content
and shall be presented in the same sequence as shown below:
(i)
Covering Letter, comprising the firm’s name, address, contact person, telephone, fax
and email, if applicable mentioning the association for this project.
(ii)
Presentations of firms (maximum 10 pages), inclusive clear statements of type,
property and key task of the association, if applicable.
(iii)
Statements and Declarations:
a) Declaration of submitting a proposal in case of being short-listed;
b) Statement on affiliations of any kind with other firms which may present a conflict of
interest in providing the envisaged services.
c) In case of an association – the intended contractual arrangement with international
and local firms, nominating the lead consultant and including letters of intent of
-5participating firms (in case of local partners a fax copy of such letter of intent is
sufficient).
d) Declaration to observe the highest standard of ethics during execution of the contract.
Applicants should be aware that any fraudulent or corrupt activities disqualify them
immediately from participation in the selection process and will be subject to further legal
investigation. The said declaration shall be submitted and duly signed according to the
following form:
We underscore the importance of a free, fair and competitive contracting
procedure that precludes abusive practices. In this respect we have neither offered
nor granted directly or indirectly any inadmissible advantages to any public servant
or other person nor accepted such advantages in connection with our bid, nor will
we offer or grant or accept any such incentives or conditions in the present
tendering process or, in the event that we are awarded the contract, in the
subsequent execution of the contract. We also declare that no conflict of interest
exists in the meaning of the kind described in the corresponding Guidelines1.
We also underscore the importance of adhering to minimum social standards (core
labour standards) in the implementation of the project. We undertake to comply
with the core labour standards ratified by the country of [●] (name of country).
We will inform our staff of their respective obligations and of their obligation to fulfil
this declaration of undertaking and to obey the laws of the country of [●] (name of
country).
We also declare that our company/all members of the consortium has/have not
been included in the list of sanctions of the United Nations, nor of the EU, nor of
the German Government, nor in any other list of sanctions and affirm that our
company/all members of the consortium will immediately inform the Client and KfW
if this situation occurs at a later stage.
We acknowledge that, in the event that our company (or a member of the
consortium) is added to a list of sanctions that is legally binding on the Client
and/or KfW, the Client shall be entitled to exclude us/the consortium or, if the
contract is awarded to our company/the consortium, to immediately cancel such
contract if the statements made in the Declaration of Undertaking were objectively
false or the reason for exclusion from the tender procedure occurs after the
Declaration of Undertaking has been issued.
(Place) ......................................, this ................ day of ..........
Name of company ...............................................................
Signature(s)
e) Certified statement of financial capacity of the lead consultant and all associated
partners showing the turnover (Balance sheet, statement of turnover or annual tax
statement or profit and loss account all of the last three years). The turnover of the
consortium shall exceed € 3,000,000/year during the last three years.
(iv)
List of project references (see Annex 2) covering the last 10 years and strictly related
to the envisaged services (maximum 20 references).
(v)
Brief CVs Brief CVs of personnel proposed for backstopping and home office support
only.
(vi)
List of available personnel structure for the envisaged services with information about
education, professional experience, regional experience, years with firm, specific projectrelated experience and experience in similar posts. This list shall allow a profound
judgement on the consultants’ general ability to provide the required personnel having
the specific experience for the project in case of an offer. Personnel that belongs to the
firm or have a long cooperation gets more points.
Interested consultants are requested to submit concise and clear, but substantial documents
and to adhere to the above structure. Non-compliance with this invitation or faulty information
shall lead to non-qualification. Any surplus of information not specific to the material requested
1
See “Guidelines for the Assignment of Consultants in Financial Cooperation with Partner Countries“ and “Guidelines for Procurement
of Goods, Works and associated Services in Financial Cooperation with Partner Countries”
-6will be penalized. All costs for a site visit, obtaining information/data and preparation/submission
of the Preselection document, meetings, negotiations, etc. in relation with the Preselection or
the subsequent proposal shall be borne by the consultants.
9. The prequalification proposal shall be submitted in one original, four hardcopies and one
softcopy (consisting of PDF file on CD-ROM) to :
Ministry of Environment and Forestry
Directorate General of Watershed Management and Social Forestry
Directorate of Forest and Land Rehabilitation
Attn.: Tender Committee for Forest Programme II Consultancy
Gedung Manggala Wanabakti, Blok I, Lt. 13
Jalan General Gatot Subroto,
Jakarta Pusat 10270,
INDONESIA
The original hard copy is decisive for the evaluation if in doubt.
Deadline for receipt of the expression of interest is 11 December 2014, 16.00 Western
Indonesian Time (Jakarta, Indonesia)
Two additional hardcopies and one softcopy of the set shall be submitted not later than this date
and time to: KfW, LEc4, Dr. Marcus Stewen, Palmengartenstraße 5-9, D-60325 Frankfurt,
GERMANY”
10. It is planned to establish a short-list of not more than five prequalified consultants not later than
four weeks after the submission date and to invite technical and financial proposals from these
consultants.
11. The evaluation procedure for the Pre-selection process will follow the latest version of the
„Guidelines for Assignment of Consultants in Financial Co-operation Projects“ (refer to
homepage of KfW development bank www.kfw-entwicklungsbank.de). Only financially capable
firms which have submitted the necessary statements satisfying the set conditions will be
evaluated. Specific evaluation criteria and their individual weight are presented in the following
table:
Criteria
Maximum Score
1.
Evidence of relevant experience gained by consultants during the past
ten years (experience of the firm)
45
1.1
Experience in handling similar projects.
20
1.2
Experience under various working-conditions in developing countries.
15
1.3
Experience with working-conditions in Indonesia preferably in the same
sector.
10
2.
Suitability for this specific project (experience of the available experts)
55
2.1
Assessment of available technical expertise specific to this project (refer to
the listed key personnel)
20
2.2
Assessment of the personnel structure in regard to the tasks expected
(additional personnel)
15
2.3
Assessment of the key personnel in permanent employment and always
available to monitor the team and provide back-up services from the home
office.
10
2.4
Form of the application documents: Are they complete, concise and related
to the project?
10
12. After having completed the evaluation of the Prequalification documents, a short-list consisting of
five highest ranked Consultants or less scoring a minimum of 70 points will be established.
Short-listed firms will be invited to submit a technical and financial proposal; firms not prequalified will be informed accordingly.
-713. PEA/KfW is not bound to select any consultant.
14. The preparation and the submission of the prequalification document is the responsibility of the
applicant and no relief or consideration can be given for errors and omissions.
15. After opening the prequalification documents until preparation of the short-list of the qualified
consultants, no communication of any type shall be entertained unless called for by PEA.
-8Annex 2
EXPERIENCE
Please complete a table using the format below to summarize the major relevant
projects related to this project carried out in the course of the past 10 years by the
legal entity or entities making this application. The number of references to be provided
must not exceed 20 for the entire application.
Ref
(maxi
mum
20)
Name
of
legal
entity
…
…
Project title
Country
…
Overall
project
value
(EUR)
…
Proportio No of staff
n carried
provided
out by
legal
entity (%)
…
…
…
Description of project
Name
of
client
…
Origin of
funding
…
…
Dates
(start/end)
Name of
partners if
any
…
…
Type of services provided
Download