You can download the soft copy of the RFP following this link on Google Drive: (Full copy):
https://drive.google.com/file/d/1W2GJqOGAeqBs2IOwszXQyQi_o56Xf8YP/view?usp=drive_link
***************************************************
Advertisement – REQUEST FOR PROPOSAL
WUSC invites proposals for the following «Entrepreneurship Consultant » services:
«RFPJOR2025579 »
Closing date for receipt of proposals will be «17/05/2025» at«16:00 Amman Local time» –
All Submissions must be electronically submitted to Jordan procurement email address
For further information, contact WUSC through « procurement.jo@wusc.ca»
Contents
Contents
1. Description of the Procurement 2
2. Eligibility and Qualification of Bidders 2
4. Documents included in the Proposal 2
5. Clarification and Amendment 3
6. Modification and Withdrawal 4
8. Format, signing and submission of Proposals 4
9. Deadline for Submission of Bids 4
11. Evaluation of Technical Proposals 4
12. Evaluation of Financial Proposals 5
16. Signing of Contract and Performance Security 7
Annex 1:Terms of Reference (TOR) 8
INSTRUCTION TO BIDDERS
-
Description of the Procurement
WUSC intends to procure a Entrepreneurship Consultant Services as per the Terms of Reference attached in Annex 1.
-
Eligibility and Qualification of Bidders
- In order to be awarded the contract, bidders should possess the financial, economic, technical and professional capacity to perform the contract. Bidders should fulfill their tax and social insurance liabilities in the country and should not currently be subject to a debarment penalty.
- Bidders must adhere to the highest ethical standards, both throughout the bidding process and execution of the contract.
- WUSC has a zero tolerance for unethical behavior/corrupt practices including:
- Bribery: the act of unduly offering, giving, receiving or soliciting anything of value to influence the procurement process;
- Extortion or coercion: the act of attempting to influence the process of procuring goods or services, or executing contracts by means of threats of injury to person, property or reputation;
- Fraud: misrepresentation of information or facts for the purpose of influencing the procurement process;
- Collusion: an agreement between bidders designed to result in bids at artificial prices that are not competitive;
- Guilt of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or failing to supply this information;
- Anti-terrorism: support of any terrorist or terrorist group as defined by donors;
- Other civil, criminal acts or otherwise illegal activity which would be detrimental to the financial interests of WUSC
- WUSC may declare the consultancy firms, their boards of directors and/or individual personnel ineligible to register with the organization either indefinitely or for a stated period of time.
- WUSC will reject a proposal if it establishes that the bidder recommended for award has engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract.
- Freelance consultants are eligible for this RFP.
-
Language of the Proposal
The Proposal as well as all correspondence and documents related to the proposal shall be written in English Language.
-
Documents included in the Proposal
The proposal will be prepared, submitted and evaluated in two parts as follows:
- Technical Proposal Format and Content
The Technical Proposal shall be prepared using the instructions provided below and shall comprise the documents listed**.** The Technical Proposal shall not include any financial information. A Technical Proposal containing material financial information shall be declared non-responsive.
Section 1 (In case of an open tender where the suppliers are not known to WUSC; the following documents should be requested) for eligibility and compliance check/evaluation
- Covering letter on firms headed paper giving complete details including email addresses, telephone contacts, office location.(Where applicable; not required for freelance bidders).
- Copy of Certificate of incorporation/registration (Commercial registration) Where applicable; not required for freelance bidders.
- Valid Tax compliance certificate (where applicable)
- Copy of Current Trading License (Vocational license) Where applicable; not required for freelance bidders.
Failure to submit the documents requested in section 1 will lead to rejection of the proposal.
- Financial Proposal Format and Content
The Financial Proposal shall be prepared in the format below and it shall list all costs associated with the assignment, including (a) remuneration for Key Experts and Non-Key Experts, (b) reimbursable expenses as follows:
- Summary of Costs
- Breakdown of Remuneration of the key experts proposed
- Reimbursable expenses if any
4.2.1 The prices given in the financial proposal must include all taxes and duties in accordance with the laws of the country.
4.2.2 The price offered must remain fixed during the contract performance.
4.2.3 The bid price must be in the requested Currency, which is Jordanian Dinar (JOD).
-
Clarification and Amendment
WUSC will, within 5 working days, respond in writing or electronic mail to any request clarification received in writing or electronic mail no later than 7 days before expiry of the deadline for submission of the bid. The response will be distributed to all bidders without identifying the source of the request. All enquiries should be written to WUSC through (procurement.jo@wusc.ca).
-
Modification and Withdrawal
- The bidder may submit a modified bid or a modification to any part of it at any time prior to the proposal submission deadline. The bidder’s withdrawal notice must be marked as “Modification”. No modifications to the bid shall be accepted after the deadline.
- The bidder may submit a bid withdrawal notice to any part of it at any time prior to the proposal submission deadline. The bidder’s withdrawal notice must be marked as “Withdrawal”. No withdrawals to the bid shall be accepted after the deadline.
-
Payment and Currency
- Payment under the Contract shall be made in the currency or currencies in the bid which is (JOD)
- Payment will be made within 30 days upon submission of invoice and satisfactory receipt of goods.
-
Format, signing and submission of Proposals
- An authorized representative of the bidder shall sign the original submission letters in the required format as one original.
- The original Technical Proposal shall be clearly marked “TECHNICAL PROPOSAL” Title of the attachment.
- The original Financial Proposal shall be clearly marked “FINANCIAL PROPOSAL” Title of attachment. Note (Note : Technical and financial proposals must be submitted in one email with separate attachments).
-
Deadline for Submission of Bids
The proposals must be submitted through the email with the subject (Gender Equality, Social Inclusion, and Environmental Analysis Consultancy )- RFP reference number, must be received by WUSC by 17 May 2025 16:00 Amman local time*.* Bids received after this date will be rejected.
Proposals submitted must be valid for 90 days from the bid submission date.
-
Bid Opening
- WUSC evaluation committee shall conduct the opening of the proposals immediately after the bid submission time.The opening date will be May 18, 2025.
- At the opening of the proposals, only the Technical proposal shall be opened while Financial Proposal shall remain at the procurement department and shall be securely stored. bids the following shall be read out: (i) the name and the country of the bidder (ii) any modifications to the bid submitted prior to proposal submission deadline; (iii) any other information deemed appropriate. This information will be filled in the bid opening form.
-
Evaluation of Technical Proposals
- The evaluators of the Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded.
- The tender committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference and the RFP, applying the evaluation criteria, sub-criteria, and point system specified below. Each responsive Proposal will be given a technical score.
A Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP or if it fails to achieve the minimum technical score.
During evaluation of bids, WUSC may request the bidder, in writing using mailing address or email address, to provide clarification of his bid. No change in price or substance of the bid shall be sought, offered or permitted.
Proposal Evaluation Criteria
Criteria, sub-criteria, and point system for the evaluation of the Technical Proposals:
Points
- Technical (which includes; Relevance of education and experience, Experience in conducting similar studies and researches, understanding environmental and climate issues, Knowledge and understanding of Canada’s FIAP policy, technical knowledge related to paid and unpaid care work, experience in applying systems and market systems analysis approaches to women’s economic empowerment programs.(70 points)
- Financial Proposal (30 points)
Total points for the four criteria***:*** 100
The minimum technical score (St) required to pass is: 65
The minimum Overall score 70
-
Evaluation of Financial Proposals
- The Financial Proposals of the bidders who attain the minimum technical scores are opened and the summary of cost prices read out and recorded in the bid opening form by the tender committee. All other Financial Proposals are returned unopened after the Contract negotiations are successfully concluded and the Contract is signed.
- Arithmetical errors will be rectified in the following manner. If there is a discrepancy between the unit price and the total price, obtained in multiplying the unit price by quantity, the unit price will prevail. If there is a discrepancy between the words and figures, the amount in words shall prevail. If the bidder disagrees with such his bid will be rejected.
Proposal Evaluation Criteria
The lowest evaluated Financial Proposal (Fm) is given the maximum financial score (Sf) of 100.
The formula for determining the financial scores (Sf) of all other Proposals is calculated as following:
Sf = 100 x Fm/ F, in which “Sf” is the financial score, “Fm” is the lowest price, and “F” the price of the proposal under consideration.
[or replace with another inversely proportional formula acceptable to the WUSC]
The weights given to the Technical (T) and Financial (P) Proposals are:
T = [70], and
P = _______[30]
Proposals are ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial Proposal; T + P = 1) as following: S = St x T% + Sf x P%.
-
Confidentiality
- No bidder will contact WUSC on any matter related to his bid except for requests related to clarifications of the bid. Information concerning procurement process and evaluation of bids is confidential. Any clarification related to the selection process, shall be done only in writing.
- Any attempt by the bidder to influence improperly WUSC officials in the evaluation of the bid or Contract award decisions may result in the rejection of its bid, and may be subject to the application of prevailing WUSC’s debarment procedures.
-
Notification of Award
- The Consultant with the Most Advantageous Proposal, which is the Proposal that achieves the highest combined technical and financial scores, will be notified of award of contract by WUSC in writing.
- At the same time WUSC notifies the successful bidder, WUSC will notify all other unsuccessful bidders and provide a debrief where one is sought in writing within 5 days.
- The notice of acceptance will be given by the successful bidder within 7 days of the notification of award.
-
Award of Contract
- WUSC will award the contract to the bidder whose bid is determined to be substantially responsive and who offered the best evaluated bid.
- WUSC reserves the right to accept or reject any bid or all bids and to cancel the bidding process at any time prior to award of the contract without thereby incurring any liability to bidders without being required to inform the bidders of reasons for such actions.
-
Signing of Contract and Performance Security
- WUSC will send the successful bidder the Contract. The bidder will sign and date the contract and return to WUSC within 14 days of receipt of the notice of award.
- Together with the signed Contract, the bidder will furnish WUSC with a Performance Security, if required to do so.
- If the successful bidder fails to submit the performance security, if required to do so, within 14 days, then it shall be sufficient grounds to revoke the award of the contract. In this case, WUSC will award the contract to the next bidder.
- A performance security may be required in cases where the supplier is given an advance payment. Performance Security must be in the form of a Bank Guarantee or a bond from an Insurance Company licensed by the Bank.
-
Settlementof Disputes
Disputes that may arise during the performance of the Contract shall be settled in accordance with the laws of the country, by arbitration or mutual agreement between the parties.
-
Compliances
Bidders must submit valid certificates of compliances from the relevant bodies as requested.
Annex 1:Terms of Reference (TOR)
Call for Consultant(s): Entrepreneurship Consultant
Terms of Reference
RFPJOR2025579
BACKGROUND
Burden of Childcare Reduced and Addressed for Women in Jordan (BUCRA – meaning Tomorrow in Arabic) is a 5-year initiative (2024-2029) funded by Global Affairs Canada and designed to enhance the economic empowerment of women in Jordan. BUCRA takes a systems approach that engages and supports local stakeholders from government, training bodies, the private sector and communities to drive gender-transformative change that addresses the most pressing childcare issues preventing women from participating in the workforce in Jordan. BUCRA targets over 8,600 women in 7 regions. The approach of equipping key stakeholders to address systemic barriers will enable the impacts to be experienced by women throughout Jordan over the long term.
In partnership with several local implementing partners including relevant government agencies, VTCs and civil society organizations (NCFA and Sadaqa). WUSC and partners will deliver under five key outcome areas: i) enhance the capacity of training providers to provide quality, market-relevant, and inclusive ECCD training; ii) increase access by women to ECCD-related services to secure employment or start/expand their home-based nurseries; iii) improve capacity of key stakeholders to develop and implement gender-responsive policy and regulation fostering the availability of quality ECCD services; iv) improve attitudes among women and their communities about women’s work and ECCD; and v) enhance the capacity of ECCD employers to provide quality, gender-responsive and inclusive ECCD services."
CONTEXT
"As part of its contribution to the BUCRAS Project, the National Council for Family Affairs (NCFA), in collaboration with the Vocational Training Corporation (VTC), has initiated the development of a condensed competency-based curriculum with the aim of enhancing and updating existing ECCD curricula to ensure they are market-relevant, gender-transformative, and inclusive." . To guide and oversee this process, NCFA established the Competency Curriculum Committee (CCC) . This Committee is composed of representatives from key national institutions and sectors, including NCFA, VTC, the Technical and Vocational Skills Development Commission (TVSDC), the Ministry of Social Development (MoSD), the Ministry of Education, the Higher Council for the Rights of Persons with Disabilities (HCD), as well as experts from the Early Childhood Care and Development (ECCD) sector, private and home-based nursery owners, academia, and other project partners**. (Please refer to Annex 2: Competency curriculum committee)**
The final version of the curriculum was developed and agreed upon through joint efforts by NCFA and VTC." with CCC members reaching consensus on its content. It was agreed to incorporate an additional topic unit on entrepreneurship, with a specific focus on Early Childhood Care and Development (ECCD), into the curriculum prior to its accreditation and publication. CCC members are expected to ensure that relevant entrepreneurial concepts are effectively integrated throughout the training materials.
PURPOSE
The purpose of this consultancy is to support NCFA (National Council of Family Affairs) and the Competency Curriculum Committee (CCC) members by providing a topic unit that will be integrated into the curriculum that introduces the key concepts and principles of entrepreneurship in ECCD . This topic unit also explores the relevance of entrepreneurship within the ECCD context, emphasizing the critical entrepreneurial skills, mindset, and innovative approaches that can empower caregivers to identify and seize opportunities for growth and improvement in their practices. It highlights essential competencies such as resource management, financial planning, and business development, while encouraging caregivers to integrate entrepreneurial strategies into their daily work. By fostering an entrepreneurial mindset, caregivers in nurseries and Home-Based Nurseries (HBN) can enhance the quality of care and expand the scope of services they offer, ultimately benefiting both their professional development and the children in their care."
TASKS REQUIRED
The consultant will be responsible for the following:
- Develop ,in collaboration with NCFA and VTC an Entrepreneurship “Topic Unit” to be embedded within the ECCD training curriculum (targeting caregivers at nurseries, and Home-Based Nurseries (HBN), promoting local entrepreneurship, innovation, and Sustainable employment in the childcare sector.
- Coordinate closely with the VTC, NCFA, and the competency curriculum committee throughout the process for feedback, alignment, and validation.
- Present the concepts of entrepreneurship in the ECCD sector, business planning and development, financial literacy, marketing & communication, starting and managing small-scale childcare enterprises or nurseries.
- Ensure Materials are contextually relevant, using case studies, exercises, and real-life examples relevant to Jordan’s ECCD and vocational training context.
- Finalize the Entrepreneurship topic unit based on feedback and recommendations provided by the committee members.
- Conduct a validation workshop/ session to present the draft topic unit to the CCC.
- Develop a “Pre/Post” assessment to measure participants’ knowledge level on the material given.
DELIVERABLES
- Inception Report (in English) with methodology, work plan, and interventions.
- Entrepreneurship Topic Unit to be integrated into ECCD training curricula (in Arabic).
- Conduct a validation workshop/ session to present the draft topic unit to the CCC.
- Final consultancy report in English
Note: WUSC will be responsible for the training costs (Logistics, Venue, etc..)
TIMELINES
Table 1: Important Dates
Key Activities
Date
Announcement date
05 May 2025
Q&A Questions and Answers (Procurement.jo@wusc.ca)
11 May 2025
Deadline for submitting the bid
17 May 2025
Sign the agreement with the selected consultant
22 May 2025
Delivery of the final inception report (in English)
29 May 2025
Delivery of the entrepreneurship Topic Unit draft
15 June 2025
Conduct a validation session with WUSC, NCFA, and the CCC
17 June 2025
Finalize the entrepreneurship Topic Unit
22 June 2025
Final Narrative Report in English
30 June 2025
Qualification/ requirements of the Consultant:
The consultant (individual or registered firms) should provide the following :
- Proven experience in developing and conducting entrepreneurship training and material. Should possess a strong fundamental understanding of entrepreneurship concepts to effectively deliver curriculum development and entrepreneurship training.
- Demonstrate expertise in Topic Unit development methodologies.
- Minimum of 3 years of experience in entrepreneurship training, curriculum development, or vocational education.
- Should provide a description of the last Entrepreneurship training ,with contact information, so references can be obtained.
- Knowledge of ECCD services, cultural and gender dynamics and understanding of ECCD and women’s economic empowerment is a strong asset.
- Must have Strong analytical and reporting skills in English and Arabic.
- Demonstrate the ability to train public sector organizations, with a preference for the Vocational Training Corporation (VTC), while employing innovative and creative training methods.
- Must be fluent in spoken and written English and Arabic.
- Demonstrate the ability to produce high-quality work under tight timeframes.
PRICES AND PAYMENT
- Prices are inclusive of all taxes. (No Tax Exemption)
- First payment (25%) will be paid upon signing the contract.
- Second payment of (25%) will be paid upon submitting first draft of Entrepreneurship Topic Unit.
- Final payment of (50%) will be paid after submitting the final report.
- All payments will be subject to ISTD deductions.
Completed applications should be emailed to WUSC Jordan Country Office, procurement.jo@wusc.ca, with the subject line "RFPJOR2025Entrepreneurship Consultant ". Only electronic submissions will be considered
Annex 2: Competency curriculum committee
اللّجنة الفنية الخاصة بالأدلّة التدريبية لمشروع بُكرة
مقدمة
ضمن مشروع "تخفيف العبء الرعائي عن النساء وزيادة مشاركتهن الاقتصادية بكرة (BUCRA)، المموّل من الحكومة الكندية و بتنفيذ من جمعية الخدمة الجامعية العالمية في كندا، سيقوم المجلس الوطني لشؤون الأسرة بتشكيل لجنة فنية من الوزارات والمؤسسات والشركاء والجهات ذات العلاقة لدعم عملية إعداد وتطوير وتحديث الأدلّة التدريبية في مجال الحضانات والطفولة المبكّرة وتمكين المرأة والتأكد من مدى توافقها ومواءمتها مع السياق الأردني والأنظمة المتبعة.
أعضاء اللجنة الفنية
▪ المجلس الوطني لشؤون الأسرة
▪ وزارة التنمية الاجتماعية
▪ وزارة التربية والتعليم
▪ هيئة تنمية وتطوير المهارات المهنية والتقنية
▪ مؤسسة التدريب المهني
▪ المجلس الأعلى لحقوق الأشخاص ذوي الإعاقة
▪ جامعات (Academia)
▪ ممثل عن الحضانات المؤسّسية
▪ ممثل عن الحضانات المنزلية
▪ ممثل عن الحضانات الخاصّة.
▪ WUSC
▪ مؤسسة صداقة
الأدلّة المزمع إنتاجها والعمل عليها:
1. الدليل العملي/ التطبيقي لرفع كفاءة حاضنات/ مربيات الأطفال (المجلس).
2. ادلّة المشروع الأخرى
الهدف العام للجنة الفنية
تهدف اللجنة الفنية إلى تقديم الدعم الفني في عملية مراجعة وتطوير وتحديث الأدلّة التدريبية في مجال الحضانات وتمكين المرأة والمستهدفة في مشروع "بكرة" لتحسين مستوى نوعية وجودة الخدمات التدريبية المقدمة للملتحقين في البرامج التدريبية ذات الصلة بمزودي الخدمات التدريبية ومعاهد مؤسسة التدريب المهني.
المهام والأدوار المقترحة للجنة الفنية
- المشاركة في عملية تصميم بناء وتطوير وتحديث الأدلّة من حيث الآتي:
- الأهداف التعلّمية.
- المحتوى التدريبي (المواضيع
- نتاجات التعلّم.
- المهارات والكفايات اللّازمة لكل موضوع / محتوى تدريبي.
- الزمن/ الساعات لكل برنامج.
- أدلّة التقييم الذاتي.
- التمارين والأنشطة العملية.
- التقييم
- المراجعة المستمرة للادلّة التدريبية المزمع إعدادها وتطويرها وتحديثها والخاصة بمجال الحضانات وتمكين المرأة.
- المساهمة بوضع التوصيات والاقتراحات والملاحظات والتعديلات بهدف تحسين مستوى جودة الأدلّة التدريبية المزمع العمل على إعدادها وتطويرها وتحديثها في مجال الحضانات والطفولة المبكرة وتمكين المراة، وذلك من خلال تقديم التغذية الراجعة على المحتوى والتمارين والتطبيقات العملية وذلك بحسب اختصاص ومعرفة كل عضو / جهة ممثلة في اللّجنة.
- المشاركة في عملية وضع متطلبات ومسارات الإلتحاق لكل برنامج سيتم العمل عليه في هذه اللّجنة الفنية، بهدف
- تقديم التوجيه والإرشاد للملتحقين في البرامج المستهدفة ضمن مشروع بكرة (BUCRA).
- التأكد من مدى مناسبة الادلّة التدريبية للسياق الأردني ومتطلبات واحتياجات سوق العمل ومراعاتها للنوع الاجتماعي والبيئة المستدامة والاقتصاد الأخضر.
- التعاون والمساهمة في توفير المعلومات والبيانات والإحصائيات اللّازمة لإعداد وتحديث وتطوير الأدلّة وفقًا للحاجة.
- التوافق على مسوّدة الأدلة التي سيتم إعدادها وتطويرها وتحديثها، بهدف السير بعملية اعتمادها و/ او التسكين لدى الجهات المختصة ووفقًا للأصول المتبعة.
- حضور جميع الاجتماعات واللقاءات وورش العمل التي تتطلبها عملية إعداد وتطوير وتحديث الأدلّة.
How to Apply:
Completed applications should be emailed to WUSC Jordan Country Office, procurement.jo@wusc.ca, with the subject line "RFPJOR2025Entrepreneurship Consultant ". Only electronic submissions will be considered