Request for Proposal (RFP) No. RFP-JTAP-056 Climate Change Curriculum Expert – individual Consultant

nearmejobs.eu

REQUEST FOR PROPOSAL (RFP)

To: Offerors

From: Creative Associates International, Inc.

Subject: Request for Proposal (RFP) No. RFP-JTAP-056 Climate Change Curriculum Expert – individual Consultant

Type of Award: Consultant Agreement CA

Basis of Award: Best Value

RFP Issue Date: 06/10/2024

RFP Closing Date: 20/10/2024

RFP Closing Time: 4:00 PM – Local Time, Amman, Jordan

Reference: USAID Contract No. 72027821C00005

Enclosed is a Request for Proposal (RFP). Creative invites Individuals to submit a proposal for the Jordan- Technical Assistance Program (TAP) under the referenced USAID 72027821C00005, After the evaluation, as described herein, resulting in selecting a winning proposal, the issuance of an award is subject to successful negotiation of the terms and conditions and receiving USAID’s Contracting Officer consent, if required.

The requirements for this activity are described in the “Statement of Work” in Attachment I. Creative encourages individual to indicate its interest in this procurement by submitting a proposal according to the instructions in Attachment II “Instructions to Offerors”. Proposals will be evaluated based on the “Evaluation Criteria” in Attachment III. Creative will make an award to the responsible Offeror(s) submitting an offer which provides best value to the project: technical merit and price will be both considered.

To be considered, Offerors should submit a complete proposal no later than the closing date and time indicated above. Offerors should ensure that the proposals are well-written in English, easy to read, follow the instructions provided and contain only requested information.

Any questions should be submitted via email to TapProcurement@crea-jtap.com no later than October 09, 2024. No questions will be entertained if they are received by means other than the specified email address, and any communications to alternate e-mail addresses will result in the disqualification of the bidder. The solicitation number (listed above) should be stated in the subject line. Answers will be compiled and distributed on October 13, 2024.

Proposals must be comprised of one electronic copy of the Technical Proposal and one electronic copy of the Cost/Business proposal, sent in separate e-mails, and labeled with the above-stated RFP number and title. Submissions shall be delivered to:

Creative Operations Department

TapProcurement@crea-jtap.com

Sincerely,

Creative Operations Department

Attachments:

Attachment I : Statement of Work

Attachment II : Instructions to Offerors

Attachment III : Evaluation Criteria

Attachment IV : Proposal Cover Letter

ATTACHMENT I: STATEMENT OF WORK

Climate Change Curriculum Expert – individual Consultant

  1. PROGRAM SUMMARY

    The Technical Assistance Program (TAP), funded by the U.S. Agency for International Development (USAID), is a five-year education and youth project that seeks to transform the organizational culture and improve the abilities within the Ministry of Education and the Ministry of Youth to ensure officials can implement desired reforms. Creative and its partners will provide technical assistance in the development, roll-out, and tracking of policies and procedures to incorporate international best practices for public education and youth programming. Among the many activities in the Jordan Technical Assistance Program, it will support curriculum development, promote inclusive learning techniques, improve the skills of teachers and school managers, and other tangible activities that ultimately support changing the organizational culture within the two ministries and relevant agencies. The program will further support Jordan’s outreach and behavioral change communications initiatives that are aimed at creating a culture of reading, the inclusion of vulnerable children, and increased youth engagement.

  2. Purpose

The overall objective of the “Climate Change Expert” consultancy is to support the National Center for Curriculum Development NCCD in integrating climate change concepts across its interventions The expert is expected to develop a climate change curriculum tracker and deliver training for NCCD technical committee members responsible for developing the science textbooks on climate change concepts, aligning with the National Climate Change Policy of the Hashemite Kingdom of Jordan 2022-2050 and USAID’s efforts., The Climate Change Expert will provide recommendations and training that help guide NCCD to consider enhancements to the science curricula that promote a better understanding and appreciation of climate change concepts, as well as encourage students to think critically and creatively about approaches to climate change mitigation and adaptation.

  1. Position Summary

The primary objective of this consultancy is to collaborate closely with the NCCD team to develop a tracker of key considerations and actions for developing strategies for mainstreaming climate change concepts and content into the science curriculum. Once developed, the tracker will form the basis for a training program for NCCD technical committee (others) on using this tracker for integrating climate change into the curriculum.

  1. Duties and Responsibilities:

Desk Review

  • Conduct a desk review of all existing relevant materials, plans, and strategies within the NCCD related to climate change. Utilize findings to develop a Climate Change Curriculum Tracker and corresponding training program.

Climate Change Curriculum Tracker

  • Design a climate change curriculum tracker for NCCD technical committee to use in integrating climate change concepts into the science curriculum.

Training Design and Delivery

  • Design and deliver a training program for NCCD technical committee to enhance their understanding of climate change concepts and guide the consideration/inclusion of climate change content in the science curriculum. This training should align with the instructions, approaches, and tools for developing training materials for the NCCD.

Note: As this consultancy entails collaborating with multiple stakeholders and the review of products includes feedback from a technical team of stakeholder representatives, the consultant will be expected to demonstrate flexibility to adapt to evolving consultancy needs and timelines.

Required Qualifications:

  • Bachelor’s degree or equivalent in a relevant field (e.g., environmental science, sustainability, environmental studies, climate change, energy, geography, economics or a related discipline).
  • A minimum of 5 years (7 years preferred) of relevant experience related to climate change and environment programming, education, and/or outreach and awareness raising.
  • Knowledge of best practices in climate change education from Jordan and/or similar country contexts.
  • Experience in curriculum development (curriculum structure, content, support materials, etc.).
  • Demonstrated experience designing and delivering climate change training programs is preferred.
  • Previous work experience relevant to the National Climate Change Policy of the Hashemite Kingdom of Jordan 2022-2050 (السياسة_الوطنية_للتغير_المناخي_للأعوام_٢٠٢٢_-_٢٠٥٠.pdf (moenv.gov.jo)) is preferred.
  • Previous relevant experience providing technical support to government entities or education institutions (in Jordan and elsewhere).
  • Experience guiding/training technical teams or committees on complex concepts related to climate change education.
  • Prior experience working with NCCD and/or the Ministry of Education is preferred.
  • Strong analytical, facilitation, presentation, and communication skills.
  • Fluency in English and Arabic (spoken and written) and strong communication skills.

ESTIMATED PERIOD OF PERFORMANCE and LEVEL OF EFFORT (LOE)

ESTIMATED PERIOD OF PERFORMANCE: November 2024 to June 2025

* Creative anticipates issuing a Consultancy Agreement (CA) valid for a Period of Performance of approximately 7 months.

Estimated LEVEL OF EFFORT (LOE): 30 Days

Ordering Procedure

Purchases may only be made by Creative via written Consultancy Agreement and executed by the authorized individuals listed in the CA.

Daily rates are based on an 8-hour working day. Any hours worked in excess of 8 hours will not be paid. Working days consisting of less than 8 hours shall be prorated accordingly.

Key Working Relationships:

• The consultant will administratively report to the Operations and Security Manager in TAP (or designate) and technically report to the Deputy Chief of Party (or designate) and collaborate with TAP’s Monitoring, Evaluation and Learning (MEL) Director.

• The consultant will collaborate closely with the relevant staff NCCD, as nominated by the DCOP, to foster collaboration in completing the desk review; designing, developing training materials; and informing other deliverables.

PLACE OF PERFORMANCE Amman – Jordan Travel outside of Amman is not anticipated

RESULTS AND/OR DELIVERABLE/MILESTONE SCHEDULE

Task# 1: Conduct desk review of all existing relevant materials on climate change. Utilize findings to develop the climate change curriculum tracker and related training program.

Deliverables# 1: Desk Review report

LOE# 1: 4 Days.

Task# 2: Engage with relevant stakeholders at TAP and NCCD to determine the need, concept, and format for a climate change curriculum tracker.

Deliverables# 2: Summary report, including minutes of meetings

LOE# 2: 4 Days.

Task# 3: Develop the climate change curriculum tracker and accompanying user’s guide.

Deliverables# 3: Climate change tracker

LOE# 3: 10 Days.

Task# 4: Develop climate change training program for NCCD staff built on recommended training objectives (e.g., understanding and use of the climate change tracker, key strategies for integrating climate change into the science curriculum, the role of teachers, students, and the community in promoting climate change awareness).

Deliverables# 4: Training materials

LOE# 4: 5 Days.

Task# 5: Deliver training program for NCCD technical committee (others as required), reflecting approaches and tools for developing climate change curriculum training materials for use by NCCD and MoE.

Deliverables# 5: Pre – Post assessments, Training report, and Revised training materials (if needed)

LOE# 5: 3 Days.

Task# 6: Support TAP team to identify recommendations for potential interventions to integrate climate change in Year 5 programming.

Deliverables# 6: A set of recommendations for future climate change interventions with NCCD

LOE# 6: 4 Days.

Total LOE: 30

The above LOE/Working days are tentative and subject to increase or decrease depending on program needs.

How to apply

Attachment II

INSTRUCTIONS TO OFFERORS

  1. General Instructions

These Instructions to Offerors will not form part of the offer or of the Agreement. They are intended solely to aid Offerors in the preparation of their proposals. Read and follow these instructions carefully.

  1. The proposal and all corresponding documents related to the proposal must be written in the English language, unless otherwise explicitly allowed. Additionally, all proposals should be single-spaced with clear section headings and be presented in the order specified in Attachment III – Evaluation Criteria.
  2. Proposals must include only the Offeror’s own work. No text should be copied from sources outside of your organization, unless those sources are adequately cited and credited. If Creative determines that any part of the proposal is plagiarized from outside sources, the Offeror will be automatically disqualified.
  3. Proposals and all cost and price figures must be presented in local currency or USD. All prices should be gross of tax.
  4. The Offeror must state in their Proposal the validity period of their offer. The minimum offer acceptance period for this RFP is 90 days after the closing date of the RFP. If an Offeror has provided a validity period of less than 90 days, they will be asked to revise this. If the Offeror does not extend the validity period, their proposal will be rejected. Creative reserves the right not to make an award.
  5. The Technical Proposal and Cost Proposal must be kept separate from each other. Technical Proposals must not make reference to cost or pricing information at any point. This will enable in order the technical evaluation to be made strictly on the basis of technical merit.
  6. No costs incurred by the Offerors in preparing and submitting the proposal are reimbursable by Creative. All such costs will be at the Offeror’s expense.
  7. Responsibility Determination: Award shall only be made to “responsive” vendors. To enable Creative to make this determination, the Offeror must provide a cover letter, as provided in Attachment IV.
  8. Late Offers: Offerors are wholly responsible for ensuring that their Offers are received in accordance with the instructions stated herein. A late Offer will be recommended for rejection, even if it was late as a result of circumstances beyond the Offeror’s control. Late offers will only be considered at Creative’s Procurement Department’s discretion.
  9. Modification/Withdrawal of Offers: Offerors have the right to withdraw, modify or correct their offer after it has been delivered to Creative at the address stated above, and provided that the request is made before the RFP closing date.
  10. Disposition of Proposals: Proposals submitted in response to this RFP will not be returned. Reasonable effort will be made to ensure confidentiality of proposals received from all Offerors. This RFP does not seek information of a highly proprietary nature, but if such information is included in the Offeror’s proposal, the Offeror must alert Creative and must annotate the material by marking it “Confidential and Proprietary” so that these sections can be treated appropriately.
  11. Clarifications and Amendments to the RFP: Any questions regarding this solicitation must be emailed to TapProcurement@crea-jtap.com. No questions/clarifications will be entertained if they are received by another means. The solicitation number should be stated in the subject. Responses will be complied and emailed to the requesting potential Offeror and will be sent to all offerors that requested this RFP, or re-posted publicly if offered as a full and open competition.
  12. Creative anticipates that discussions with Offerors will be conducted; however, Creative reserves the right to make an award without discussions. It is strongly recommended that Offerors present their best offer.

Failure to agree and comply with any of the above specifications will result in the Offeror being considered unresponsive and the proposal may be rejected.

  1. Submission of Proposal:

Proposals must be submitted in two separate e-mails:

  • E-mail 1 – Technical Proposal
  • E-mail 2 – Cost proposal
  • Each e-mail should be clearly labeled with the RFP number and project title.
  • Proposals must be delivered no later than the specified date/time.

Offerors who do not submit their technical and cost proposals separately may be automatically disqualified.

  1. Content of Proposal:

    The proposal shall be comprised of Three sections:

  2. The Cover Letter (Attachment IV)

  3. The Technical Proposal

  4. The Cost/Business Proposal

  5. The Cover Letter: should be on the Offeror’s letterhead and MUST contain the information requested in Attachment IV.

  6. Technical Proposal:

    1. The Technical Proposal is the opportunity for the Offeror to demonstrate that the Individual is “technically capable” of implementing the activity and should demonstrate the Offeror’s understanding of and capabilities to carry out the work, and address the key issues described in the Evaluation Criteria in Attachment III.
    2. The Technical Proposal should be divided into clearly separate sections following the same order of the Evaluation Criteria in Attachment III. A mis-ordered proposal that makes information hard to find will result in lower scores.
    3. If an Offeror submits a proposal that fails to respond to the majority of the information requested in this RFP, as outlined specifically in the statement of work and the evaluation criteria, the Offeror’s proposal will be automatically disqualified.
  7. The Cost Proposal: must be submitted separately from the technical proposal and will primarily indicate the cost for performing the work, Daily rate subject to 5% income tax deduction.

    Failure to comply with any of the above points will result in the Offeror being considered “unresponsive” and the proposal may be rejected.

    If an Offeror provides insufficient information in their technical and/or cost proposal, Creative reserves the right to request additional information, or to request a revised proposal from the

    Offeror, if necessary.

    Creative reserves the right to make no award, or multiple awards, under this RFP.

Attachment III

EVALUATION CRITERIA

1.BASIS OF AWARD:

1.Creative will evaluate proposals on a best value basis, in accordance with the Federal Acquisition Regulations (FAR) Subpart 15.1 – Source Selection Processes and Techniques. In all solicitations, Creative will consider and conduct an evaluation on the basis of both technical and cost submissions. The relative importance of these two factors places technically above cost. In rare cases, Creative may also award to an offeror other than the highest technically rated Offeror or the lowest price Offeror, in accordance with FAR 15.101-1.

2. The award will be made to the Offeror whose offer presents the Best Value, which is the optimal combination of technical merits and reasonable cost and does not exceed the internal budget established for this effort. Proposals will be scored on technical factors first. Only the Cost/Business proposals of those offers that surpass the minimum qualifying score of 70 points in the technical evaluation will have their Cost Proposal reviewed. Those that do not reach this qualifying score in the Technical Evaluation will be considered non-competitive and their Cost/Business proposals will not be considered. The shortlisted offeror may require delivering a PP presentation and interview.

2. EVALUATION CRITERIA

  1. Technical Competence – presented in the Technical Proposal.

The award will be given to the person who achieves the highest score within the following competitive criteria:

A. Resume 40 points

B. Past Performance / Professional References 60 points

As described below: The evaluation will be done according to the criteria shown Below:

Item #1: Resume

Requirement #1:

The applicant must attach any evidence of experience and success stories to support his/her file with the Resume.

  • Bachelor’s degree or equivalent in a relevant field (e.g., environmental science, sustainability, environmental studies, climate change, energy, geography, economics or a related discipline).
  • A minimum of 5 years (7 years preferred) of relevant experience related to climate change and environment programming, education, and/or outreach and awareness raising.
  • Knowledge of best practices in climate change education from Jordan and/or similar country contexts.
  • Experience in curriculum development (curriculum structure, content, support materials, etc.).
  • Demonstrated experience designing and delivering climate change training programs is preferred.
  • Previous work experience relevant to the National Climate Change Policy of the Hashemite Kingdom of Jordan 2022-2050 (السياسة_الوطنية_للتغير_المناخي_للأعوام_٢٠٢٢_-_٢٠٥٠.pdf (moenv.gov.jo)) is preferred.
  • Previous relevant experience providing technical support to government entities or education institutions (in Jordan and elsewhere).
  • Experience guiding/training technical teams or committees on complex concepts related to climate change education.
  • Prior experience working with NCCD and/or the Ministry of Education is preferred.

Points Available #1: 40 Points.

Item #2: Past Performance / Professional References.

Requirement #2:

Document and summarize your proven track record of successfully implementing similar activities clearing using the above technical qualification to include a description of similar services provided in the past and any lessons learned that will be incorporated into the activity described in this RFP. Offerors with past performance using the mentioned above technical qualification, in the same geographic area and/or of similar scale to the activity described in this RFP will be scored more favorably than offerors that do not meet these criteria.

Points Available #2: 60 Points.

Total points:100

If an Offeror submits a proposal that fails to respond to the majority of the information requested

in this RFP, as outlined specifically in the statement of work and the evaluation criteria, the Offeror’s proposal will be automatically disqualified.

Past Performance / Professional References: (to Provide at least three)

(a) Activity Title

(b) Location(s) of activity

(c) Synopsis of the activity and its relevance to this RFP

(d) Performance period (date, duration and if completed on schedule)

(e) Prime or Subcontractor?

(f) Amount for the activity

(g) Name & Contact Info (E-mail and phone) of client

Cost Reasonableness & Financial Capability – presented in Cost Proposal. Not Scored.

Submit fully burdened rates for each category, including illustrative consultant rates Creative’s review of the Cost Proposal shall determine if the overall costs proposed are realistic for the work to be performed, reflect a correct understanding of the project requirements, and are consistent with the Offeror’s Technical Proposal. Creative will also review individual line items and determine if they are allowable, allocable, and reasonable.

If an Offeror submits a proposal that fails to respond to the majority of the information requested in this RFP, as outlined specifically in the statement of work and the evaluation criteria, the Offeror’s proposal will be automatically disqualified.

Creative reserves the right to request additional supporting documentation or a revised proposal from an Offeror if insufficient information has been provided in the Offeror’s technical and/or cost proposal. If the requested information is not provided, Creative has the right to disqualify the firm from further consideration.

ATTACHMENT IV

FORMAT FOR PROPOSAL COVER LETTER

City, Country

To: Creative Procurement Team

Dear Sir / Madam:

We, the undersigned, offer to undertake the [Insert RFP No], [Insert project title], in accordance with your Request for Proposal dated [Insert MM/DD/YYYY] and our Technical and Cost/Business Proposal submitted herein.

Offeror personal details are as follows:

  1. Offeror’s Name
  2. Offeror’s Address
  3. Telephone #/Cellular Phone #, Email address:
  4. Copy of the offeror ID

Our proposal shall be binding upon us, subject to any modifications resulting from negotiation, up to expiration of the validity period of the proposal. We understand you are not bound to accept this or any Proposal you receive.

The Offeror also certify that:

  1. is able to comply with the described delivery or performance schedule, taking into consideration all existing commitments and constraints;
  2. has a satisfactory performance record;
  3. has a satisfactory record of integrity and business ethics;
  4. has the necessary technical capacity,
  5. otherwise qualified and eligible to receive an award under applicable laws and regulations.

Sincerely,

Authorized Signature:

Name and Title of Signatory:

Date:

To help us track our recruitment effort, please indicate in your email/cover letter where (nearmejobs.eu) you saw this job posting.

Share

SPED Resource Teacher (404)

nearmejobs.eu Work Location: Bryant Middle FTE: 1.0 Contract Days: 185 Days Anticipated Start Date: October 2024 FLSA Status: Exempt Benefits: Eligible…

19 seconds ago

Assistant Teaching Professor: Music Theory

nearmejobs.eu Job # 077938 Job Title Assistant Teaching Professor: Music Theory Location Syracuse, NY Pay Range $60,000 - $70,000…

52 seconds ago

Cobb – Biotech Worker- Bear Hollow Farm

nearmejobs.eu Job Details: Schedule: Monday through Thursday from 5:00 am – 3:00 pm or job…

52 seconds ago

Instructional Assistant Professor and Online Teaching Coordinator in Physics

nearmejobs.eu Classification Title: Lecturer Job Description: The Department of Physics at the University of Florida…

52 seconds ago

Teacher – Moderate Disabilities/[SPED Ed. & Soc. Dev. ESD] (SEI Endorsement Required) (Anticipated Vacancy) (SY24-25)

nearmejobs.eu This position is an anticipated vacancy. It is expected to be vacant by 10/11/2024.…

52 seconds ago

HGV Class 1 Driver

nearmejobs.eu Company Description Are you looking for a job that offers a Full-time contract, security,…

52 seconds ago
For Apply Button. Please use Non-Amp Version

This website uses cookies.