Resettlement and Livelihood Services (RLS) Consultant

36

SPECIFIC PROCUREMENT NOTICE

Country: Lesotho

Project Name: Market Driven Irrigated Horticulture

Procurement Title: Resettlement and Livelihood Services (RLS) Consultant (Re-launch)

Procurement Ref. Number: MDIH/S/23-03

Type of Procurement (goods, works or services as applicable): Quality and Cost-Based Selection (“QCBS”)

Employer: Millennium Challenge Account-Lesotho II Authority

Publication Date: 9 October 2023
Submission Deadline: 2:00 pm SAST (GMT+2), on 24 November 2023

  1. The Government of the Kingdom of Lesotho (“Government”) has applied for grant funding from the Millennium Challenge Corporation (“MCC”), called a Compact (the “Compact”), and intends to apply a part of the proceeds of that funding to payments for contracts for goods, works and services. The Government has formed a Compact Development Team (CDT) led by the Chief Executive Officer (“CEO”), Millennium Challenge Account-Lesotho II Authority, for the purpose of developing the Compact. To support these activities, MCC and the Government also entered into a grant agreement, dated February 20, 2019 (as amended or otherwise modified, the “Agreement”), whereby MCC granted to the Government an amount not to exceed nine million, seven hundred forty thousand U.S. Dollars (US$9,740,000) under the authority of Section 609(g) of the Millennium Challenge Act of 2003, as amended (the “Act”), to facilitate the development and implementation of a proposed Compact between the United States of America, acting through MCC, and the Government to help accelerate economic growth and poverty reduction in Lesotho.
  • The Government of the Kingdom of Lesotho (“Government”), acting through the Millennium Challenge Account Lesotho II Authority, (“MCA-Lesotho II”) (the “MCA Entity”), intends to apply a portion of the MCC Funding to eligible payments under a contract for which this Request for Proposals (“RFP”) is issued. Any payments made by the MCA Entity under the proposed contract will be subject, in all respects, to the terms and conditions of the Compact and related documents, including restrictions on the use and distribution of MCC Funding. No party other than the Government and the MCA Entity shall derive any rights from the Compact or have any claim to the proceeds of MCC Funding. The Compact and its related documents can be found on the MCC website (www.mcc.gov) and on the website of the MCA Entity.
  • MCC is a U.S. government agency focused on assisting countries dedicated to good governance, economic freedom, and investments in people. The Compact includes investment from MCC of approximately US $300 million and a corresponding contribution of approximately $22.273 million from the Government. For details, please refer to Annex II of the Compact and Annex III of the Program Implementation Agreement to be entered between MCC and the Government of Lesotho. MCC website links to these documents will be provided after Compact signing.
  • The Compact consists of four proposed projects:
    • The Health Systems Strengthening Project will focus on strengthening key elements of the Primary Health Care (“PHC”) system in Lesotho, such as increasing the capacity of Lesotho’s Ministry of Health (“MOH”) and ten health districts, fortifying the patient registration and referral systems, improving staff clinical competencies and supervision, integrating budgeting and financial reporting systems, and increasing coordination across all levels of health care staff.
    • The Market Driven Irrigated Horticulture Project will focus on making a catalytic investment in irrigation in partnership with commercial investment, providing local capacity building and technical assistance, and supporting reforms in land, water and gender with the expectation that these interventions will spur sustainable and inclusive private sector growth and investment in the horticulture sector.
    • The Business Environment and Technical Assistance Project will focus on inclusive, sustainable private sector growth in Lesotho to be stimulated by creating a robust pipeline of businesses and facilitating a public-private dialogue in which these private sector actors can engage with the Government and the Government can respond.
    • The American Catalyst Facility for Development (“ACFD”) Project will focus on activities within the Compact Term and align with the objectives and activities of the Program. Success will be measured by (a) ACFD Project funding expended; (b) U.S. International Development Finance Corporation (“DFC”) funding leveraged and (c) additional private sector funding leveraged (e.g., Lesotho Pension Fund, commercial banks, impact investors).
  • This Request for Proposal, the RFP, follows the General Procurement Notice that appeared in dgMarket on 27 June 2023, UNDB Online on 27 June 2023, and Local Newspapers.
  • The MCA Entity now invites proposals from legally constituted consulting firms and other organizations to provide the consulting services (“Proposals”). More details on these services are provided in the Terms of Reference in Section V of this RFP.
  • This RFP is open to all eligible entities (“Consultants”) who wish to respond. Subject to restrictions noted in the RFP, consultants may associate with other consultants to enhance their capacity to successfully carry out the assignment.
  • A Consultant will be selected under the Quality and Cost-Based Selection (“QCBS”) method, the evaluation procedure of which is described in Section III of the RFP in accordance with the “MCC Program Procurement Guidelines” provided on the MCC website (www.mcc.gov/ppg). The selection process, as described, will include a review and verification of qualifications and past performance, including a reference check, prior to the contract award.

The RFP includes the following Sections:

PART 1 – SELECTION PROCEDURES

Section I Instructions to Consultants (“ITC”)

This section provides information to help prospective Consultants prepare their Proposals and describes the procedures for the submission, opening, and evaluation of Proposals and on the award of Contracts.

Section II Proposal Data Sheet (“PDS”)

This section sets out the particular requirements for the specific procurement and supplements the information included in Section I, Instructions to Consultants.

Section III Qualification and Evaluation Criteria

This section describes the criteria and requirements to be used to evaluate the Proposals and select the Consultant to perform the Contract.

Section IV A Technical Proposal Forms

This section contains the Technical Proposal Forms which are to be completed by the prospective Consultants and submitted in a separate folder as part of their Proposals.

Section IV B Financial Proposal Forms

This section contains the Financial Proposal Forms which are to be completed by the prospective Consultants and submitted in a separate folder as part of their Proposals.

Section V Terms of Reference

This Section includes the detailed Terms of Reference that describe the nature, tasks, and duties of the consulting services to be procured.

PART 2 – CONTRACT DOCUMENTS

Section VI General Conditions of Contract (“GCC”)

This section contains the form of Contract proposed to be entered into between the MCA Entity and Consultant.

Section VII Special Conditions of Contract (“SCC”)

This section contains the form of those clauses of the Contract that supplement the GCC and that are to be completed by the MCA Entity for each procurement of consulting services.

Section VIII Contract Forms and Annexes

This section contains forms and annexes to be sent to the successful Consultant.

  • Please note that a Pre-Proposal Conference will be held as described in the Proposal Data Sheet (“PDS”), Section II of the RFP. Attendance at the Pre-Proposal Conference is not mandatory but is strongly advised for all interested Consultants or their representatives.
  1. Consultants interested in submitting a Proposal must express their interest by completing the registration form available at: https://forms.office.com/e/sMXdfD7t6q. This will ensure the Consultant receives the RFP, updates, clarifications and/or addendums regarding this RFP from the Procurement Agent.
  1. Proposals must be delivered electronically to the address and in the manner specified in the PDS ITC 17, no later than 2:00 pm SAST (GMT+2), on 24 November 2023. Late Proposals will not be accepted under any circumstances.

Comments

Selibeng.com
Whether you are looking for your first job, a better job or just want to manage the direction of your career, explore educational opportunities, and/or pursue entrepreneurship, Selibeng.com offers the resources you need to make it happen.