2025-05-06 17:52:42
Request for Proposal – Disability Consultancy – RFPJOR2025578
0

You can download the soft copy of the RFP following this link on Google Drive: (Full copy):

[**https://drive.google.com/file/d/109pq4dZup3apYJ22VSUE9MF24f3Ve95A/view?usp=drive_link**](https://drive.google.com/file/d/109pq4dZup3apYJ22VSUE9MF24f3Ve95A/view?usp=drive_link)

***********************************

Advertisement – REQUEST FOR PROPOSAL

WUSC invites proposals for the following «Disability Consultancy » services:

«RFPJOR2025578 »

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

procurement.jo@wusc.ca

For further information, contact WUSC through « procurement.jo@wusc.ca»

Contents

1

INSTRUCTION TO BIDDERS 3

1. Description of the Procurement 3

2. Eligibility and Qualification of Bidders 3

3. Languageof the Proposal 3

4. Documents included in the Proposal 3

5. Clarification and Amendment 4

6. Modification and Withdrawal 4

7. Payment and Currency 5

8. Format, signing and submission of Proposals 5

9. Deadline for Submission of Bids 5

10. Bid Opening 5

11. Evaluation of Technical Proposals 5

12. Evaluation of Financial Proposals 6

13. Confidentiality 7

14. Notification of Award 7

15. Award of Contract 7

16. Signing of Contract and Performance Security 7

17. Settlement of Disputes 7

18. Compliances 8

Annex 1:Terms of Reference (TOR) 9

INSTRUCTION TO BIDDERS

  1. Description of the Procurement

WUSC intends to procure Disability Consultant Services as per the Terms of Reference attached in Annex 1.

  1. Eligibility and Qualification of Bidders

    1. 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.
    2. Bidders must adhere to the highest ethical standards, both throughout the bidding process and execution of the contract.
    3. 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
    1. 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.
    2. 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.
    3. Freelance consultants are eligible for this RFP.
  2. Languageof the Proposal

The Proposal as well as all correspondence and documents related to the proposal shall be written in English Language.

  1. Documents included in the Proposal

The proposal will be prepared, submitted and evaluated in two parts as follows:

  1. 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.

  1. 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).

  1. Clarification and Amendment

WUSC will, within 5 working days, respond in writing or electronic mail to any request for 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).

  1. Modification and Withdrawal

    1. 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.
    2. 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.
  2. Payment and Currency

    1. Payment under the Contract shall be made in the currency or currencies in the bid which is (JOD)
    2. Payment will be made within 30 days upon submission of invoice and satisfactory receipt of goods.
  3. Format, signing and submission of Proposals

    1. An authorized representative of the bidder shall sign the original submission letters in the required format as one original.
    2. The original Technical Proposal shall be clearly marked “TECHNICAL PROPOSAL” Title of the attachment.
    3. 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).
  4. Deadlinefor 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.

  1. Bid Opening

    1. WUSC evaluation committee shall conduct the opening of the proposals immediately after the bid submission time.The opening date will be May 18, 2025.
    2. 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.
  2. Evaluation of Technical Proposals

    1. The evaluators of the Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded.
    2. 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

  1. 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)
  2. 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

  1. Evaluation of Financial Proposals

    1. 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.
    2. 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%.

  1. Confidentiality

    1. 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.
    2. 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.
  2. Notification of Award

    1. 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.
    2. 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.
    3. The notice of acceptance will be given by the successful bidder within 7 days of the notification of award.
  3. Award of Contract

    1. WUSC will award the contract to the bidder whose bid is determined to be substantially responsive and who offered the best evaluated bid.
    2. 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.
  4. Signing of Contract and Performance Security

    1. 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.
    2. Together with the signed Contract, the bidder will furnish WUSC with a Performance Security, if required to do so.
    3. 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.
    4. 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.
  5. Settlement of 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.

  1. Compliances

Bidders must submit valid certificates of compliances from the relevant bodies as requested

Annex 1:Terms of Reference (TOR)

Call for Consultant(s): Disability Consultant*/* Early Childhood Care and Development (ECCD)

Terms of Reference

RFPJOR2025578

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, VTC,s 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:

The ECCD training program was developed through coordination between the Vocational Training Corporation (VTC) and the National Council for Family Affairs (NCFA) to ensure the curriculum remains current and aligned with national standards. As part of its commitment to inclusive education, an inclusion module was integrated into the curriculum and officially approved by the Higher Council for the Rights of Persons with Disabilities (HCD). A comprehensive review process is currently being led by NCFA in collaboration with the Competency Curriculum Committee (CCC). This process focuses on evaluating the ECCD curriculum to ensure the effective integration of inclusive practices that address the needs of children with disabilities. The review of sustainability, in these training materials. The CCC committee consists of experts froudes assessing existing gaps in the curriculum, aligning content with national policies and international frameworks, and incorporating evidence-based practices. Feedback from key stakeholders is also being collected to enhance the quality and inclusiveness of all modules.

Purpose:
The objective of this consultancy is to provide technical support to the Competency Curriculum Committee (CCC) in the review process of the ECCD training curricula in the inclusion component. The consultant will work in collaboration with the NCFA & Competency Curriculum Committee (CCC) to ensure the integration of the inclusive component to address the needs of children with disabilities and promote accessibility, adaptability, and responsiveness to diverse developmental needs.

As the ECCD training program is delivered through the Vocational Training Corporation (VTC), the consultant will also be responsible for building the capacity of VTC ECCD instructors by conducting an orientation session on the updated ECCD curricula. This training will focus on enhancing instructors’ knowledge and instructional competencies in delivering the inclusion component, ensuring consistent and effective implementation of inclusive practices within the ECCD training framework.

NCFA & the Competency Curriculum Committee (CCC) are responsible for establishing the standards and criteria for competency-raising programs, agreeing on curriculum content, and defining necessary skills for caregivers in nurseries. The committee members should be able to reflect gender inclusivity and transformative aspects, along with environmental sm various organizations, including NCFA, VTC, Technical and Vocational Skills Development Commission (TVSDC), the Ministry of Social Development, the Ministry of Education MOE, the Higher Council for the Rights of Persons with Disabilities, and other stakeholders. In addition to specialized and expert persons in the ECCD sector, private & home- based nursery owners, academia, and project partners. (Please refer to Annex 2: Competency curriculum committee).

Scope of Work:

The disability consultant will be responsible for the following:

  • Collaborate closely with WUSC, NCFA, and the VTC to review the updated ECCD curriculum, ensuring its full inclusion of children with disabilities.
  • Assess Gaps in the current curriculum in addressing the needs of children with disabilities, based on national policies, international frameworks, and evidence-based practices.
  • In-depth review of the inclusion module for children with disabilities and update it as needed to ensure it reflects current best practices, aligns with national standards, and effectively addresses the diverse needs of children with disabilities.
  • Recommend curriculum adaptations to enhance inclusive practices and support equitable learning outcomes for all children, especially those with disabilities.
  • Coordinate with the Higher Council for the Rights of Persons with Disabilities (HCD) to ensure the revised ECCD training materials align with national disability standards, and obtain formal approval of the final version from the HCD.
  • Facilitate consultations with key stakeholders, including MoSD, MoE, HCD, parents of children with disabilities, ECCD experts, and other relevant parties.
  • Conduct a validation session for the Competency Curriculum Committee (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.
  • Inclusion for people with disabilities to be integrated into ECCD training curricula (in
  • Arabic).
  • Final consultancy report in English

Note: WUSC will be responsible for all logistical arrangements related to training (venue, invitations, materials, etc.).

Timelines:

Table 1: Important Dates

Key Activities1

Date

Announcement date

5 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 inception report (in English)

29 May 2025

Review the updated ECCD curriculum and in-depth review of the inclusion module, and Assess Gaps in the needs of children with disabilities, based on national policies, international frameworks, and evidence-based practices, and update the curriculum accordingly

29 May- 15 June 2025

Conduct a validation workshop with WUSC, NCFA, and the CCC.

17 June 2025

Finalize the inclusion part

22 June 2025

Final Narrative Report in English

30 June 2025

Qualifications and requirements:

  • Proven experience in developing inclusive educational materials for children with disabilities.
  • Strong knowledge of national and international policies and frameworks on disability, ECCD, and child rights.
  • Minimum of 3 years of experience in inclusive education, ECCD, or disability programming in Jordan.
  • Proven ability to train public sector entities effectively.
  • Fluency in both spoken and written English and Arabic.
  • Demonstrated innovation and creativity in the use of training methods.
  • Ability to produce high-quality work within tight deadlines.

Price and payment:

  • Prices are inclusive of all taxes. (No Tax Exemption)
  • First payment (25%) will be paid upon signing, and the balance will be paid after submitting and approving the final report by WUSC.
  • Second payment of (25%) will be paid upon submitting the first draft of the updated inclusion material.
  • Final payment of (50%) will be paid upon 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 "RFPJOR2025578 Disability consultant". Only electronic submissions will be considered.

How to Apply:

Completed applications should be emailed to WUSC Jordan Country Office, procurement.jo@wusc.ca, with the subject line "RFPJOR2025578 Disability consultant". Only electronic submissions will be considered.

Leave a Reply

Your email address will not be published. Required fields are marked *

Fill out this field
Fill out this field
Please enter a valid email address.
You need to agree with the terms to proceed

Request for Proposal – Disability Consultancy – RFPJOR2025578
World University Service of Canada
Program Project Management
Education
Jordan
Closing Date
2025-05-17 17:52:42
Experience
3-4 years
Type
Consultancy