request to participate in the bidding of...

35
1 REQUEST TO PARTICIPATE IN THE BIDDING OF CONSULTING SERVICES FOR THE CONDUCT OF BOTH OR ANY OF THE TWO EVALUATION STUDIES UNDER THE MONITORING AND EVALUATION CY 2016 FUND 1. The National Economic and Development Authority Regional Office 1 (NEDA RO1), through the Monitoring and Evaluation Fund, shall engage the services of consultants for the conduct of both or any of the evaluation studies indicated in the table below: Study Title ABC 1. Conduct of a Study of the Effectiveness of the Regional Project Monitoring and Evaluation System (RPMES) at the Sub-national Levels Php 1,500,000.00 2. Study of the Efficiency of the Banaoang Pump Irrigation Project (BPIP) in Providing Irrigation to its Service Area Php 1,500,000.00 2. Consultants interested to participate in the bidding of both or any of the projects are invited to attend the negotiation meeting to be conducted on May 2, 2017 (1:30 P.M.) at JOO Conference Hall, NEDA Regional Office 1, San Fernando City, La Union. The objective of the meeting is to discuss and negotiate on the technical, legal and financial requirements of the two projects to allow prospective consultants to prepare and submit a responsive quotation or proposal. Attached to this invitation are the Eligibility Documents and Terms of References for guidance. 3. NEDA RO1 reserves the right to reject any and all proposals, including that of a single eligible proponent, waive any minor deviation in the submitted documents which will not materially affect the substance of the proposal, annul the selection process, or not award the contract at any time prior to contract award, without thereby incurring any liability to the affected participating consulting firm/s. 4. For further information, please refer to the NBAC Special Technical Working Group (STWG): Project Monitoring and Evaluation Division National Economic and Development Authority Regional Office 1 Guerrero Road, San Fernando City 2500 La Union (072) 888-5501 loc. 109 / (072) 888-2679 to 80 Fax No. (072) 888-2708 Issued on April 18, 2017. GIDEON D. NUESCA Chief Administrative Officer Chairman NEDA RO1 Bids and Awards Committee

Upload: vukiet

Post on 30-Mar-2018

215 views

Category:

Documents


1 download

TRANSCRIPT

1

REQUEST TO PARTICIPATE IN THE BIDDING OF CONSULTING SERVICES

FOR THE CONDUCT OF BOTH OR ANY OF THE TWO EVALUATION STUDIES

UNDER THE MONITORING AND EVALUATION CY 2016 FUND

1. The National Economic and Development Authority Regional Office 1 (NEDA

RO1), through the Monitoring and Evaluation Fund, shall engage the services of consultants for the conduct of both or any of the evaluation studies indicated

in the table below:

Study Title ABC

1. Conduct of a Study of the Effectiveness of the

Regional Project Monitoring and Evaluation

System (RPMES) at the Sub-national Levels

Php 1,500,000.00

2. Study of the Efficiency of the Banaoang Pump

Irrigation Project (BPIP) in Providing Irrigation

to its Service Area

Php 1,500,000.00

2. Consultants interested to participate in the bidding of both or any of the projects

are invited to attend the negotiation meeting to be conducted on May 2, 2017

(1:30 P.M.) at JOO Conference Hall, NEDA Regional Office 1, San Fernando

City, La Union. The objective of the meeting is to discuss and negotiate on the

technical, legal and financial requirements of the two projects to allow

prospective consultants to prepare and submit a responsive quotation or

proposal. Attached to this invitation are the Eligibility Documents and Terms of

References for guidance.

3. NEDA RO1 reserves the right to reject any and all proposals, including that of a

single eligible proponent, waive any minor deviation in the submitted documents

which will not materially affect the substance of the proposal, annul the selection

process, or not award the contract at any time prior to contract award, without

thereby incurring any liability to the affected participating consulting firm/s.

4. For further information, please refer to the NBAC Special Technical Working

Group (STWG):

Project Monitoring and Evaluation Division National Economic and Development Authority Regional Office 1

Guerrero Road, San Fernando City

2500 La Union (072) 888-5501 loc. 109 / (072) 888-2679 to 80 Fax No. (072) 888-2708

Issued on April 18, 2017.

GIDEON D. NUESCA

Chief Administrative Officer

Chairman

NEDA RO1 Bids and Awards Committee

2

Eligibility Documents

1. Eligibility Criteria

1.1. The following persons/entities shall be allowed to participate in the bidding for

Consulting Services:

(a) Duly licensed Filipino citizens / sole proprietorships;

(b) Partnerships duly organized under the laws of the Philippines and of which at

least sixty percent (60%) of the interest belongs to citizens of the Philippines;

(c) Corporations duly organized under the laws of the Philippines and of which

at least sixty percent (60%) of the outstanding capital stock belongs to

citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines, and of which

at least sixty percent (60%) interest belongs to citizens of the Philippines; or

(e) Persons/entities forming themselves into a joint venture (JV), i.e., a group of

two (2) or more persons/entities that intend to be jointly and severally

responsible or liable for a particular contract: Provided, however, That

Filipino ownership or interest thereof shall be at least sixty percent (60%).

For this purpose, Filipino ownership or interest shall be based on the

contributions of each of the members of the JV as specified in their JV

Agreement (JVA).

1.2. When the types and fields of Consulting Services involve the practice of professions

regulated by law, those who will actually perform the services shall be Filipino

citizens and registered professionals authorized by the appropriate regulatory body to

practice those professions and allied professions.

1.3. Government corporate entities may be eligible to participate only if they can establish

that they (a) are legally and financially autonomous, (b) operate under commercial

law, and (c) are not dependent agencies of the Government of the Philippines (GOP)

or the Procuring Entity.

2. Eligibility Requirements

2.1 The following eligibility requirements shall be submitted on or before May 11, 2017

(9:00 A.M.) as stated in Clause 5 for purposes of determining eligibility of

prospective bidder

(a) Class "A" Documents —

Legal Documents

(i) Registration certificate from the Securities and Exchange Commission (SEC),

Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative

Development Authority (CDA) for cooperatives, or any proof of such registration;

(ii) Valid Mayor's permit issued by the city or municipality where the principal place of

business of the prospective bidder is located;

(iii) Valid Tax Clearance Certificate per Executive Order (EO) No. 398, Series of 2005,

reviewed and approved by the Bureau of Internal Revenue (BIR);

3

Technical Documents

(iv) Statement of the prospective bidder of all its ongoing and completed government and

private contracts (properly labeled), including contracts awarded but not yet started,

if any, whether similar, relevant or not similar/relevant in nature and complexity to

the contract to be bid, within the last ten (10) years prior to May 11, 2017. The

statement shall, for each contract, include, but not limited to, the following:

(iv.1) complete name/title and location of the contract;

(iv.2) date of award of contract (in day-month-year);

(iv.3) description of the project including the type/nature of the scope of works;

(iv.4) consultant's role (whether main consultant, subcontractor, or partner in a JV),

including a detailed discussion/description of such role

(iv.5) total project/contract cost;

(iv.6) contract amount for the consulting services rendered;

(iv.7) contract duration for the services rendered (in month and year); and

(iv.8) certificate of completion / satisfactory service / final payment, or

equivalent/similar document, in the case of a completed contract (with the

date of issuance of such certificate indicated);

(v) Statement of the consultant specifying its nationality and confirming that its key

personnel and other consultants under its employ who may actually perform the

service are registered professionals authorized by the appropriate regulatory body to

practice those professions and allied professions in accordance with Clause 1.2,

including a list of the principals/key personnel of the firm and prospective personnel

to be assigned to the project, and their respective updated curricula vitae (CVs) that

show, at the very least, the consultant's educational background, related training and

relevant experience (in months and years with detailed description/discussion on the

nature and scope of work/services rendered).

NOTES FOR NEW FIRMS: New firms (not reorganized or recently amalgamated but only

established for less than two (2) years reckoned from the date of preparation of these

eligibility documents) may cite experience and capabilities of the principals and key

staff of the firm based on performance and responsibility while in the employ of

others. In item iv, projects of principals/key personnel for the last ten (10) years plus

consulting services rendered by the New Firm may be indicated.

Financial Document

(vi) The consultant's audited financial statements, showing, among others, the

consultant's total and current assets and liabilities, stamped "received" by the BIR, or

its duly accredited and authorized institutions, for the preceding calendar year which

should not be earlier than two (2) years from the date of bid submission.

(b) Class "B" Document —

Valid JVA preferably specifically named/titled as a "Joint Venture Agreement", in

case a JV is already in existence. In the absence of a JVA, duly notarized statements

from all the potential JV partners stating that they will enter into and abide by the

4

provisions of the JVA in the instance that the bid is successful, shall be included in

the bid. Failure to enter into a JV in the event of a contract award shall be ground for

the forfeiture of the bid security. Each JV partner shall submit the legal eligibility

documents. The submission of technical and financial documents by any of the joint

venture partners constitutes compliance.

3. Format and Signing of Eligibility Documents

3.1. Prospective bidders shall submit their eligibility documents through their duly

authorized representative on or before May 11, 2017 (9:00 A.M.) specified in Clause

5.

3.2. Prospective bidders shall prepare an original and copies of the eligibility documents.

In the event of any discrepancy between the original and the copies, the original shall

prevail.

3.3. The eligibility documents, except for unamended printed literature, shall be signed,

and each and every page thereof shall be initialed, by the duly authorized

representative/s of the prospective bidder.

3.4. Any interlineations, erasures, or overwriting shall be valid only if they are signed or

initialed by the duly authorized representative/s of the prospective bidder.

4. Sealing and Marking of Eligibility Documents

4.1. Prospective bidders shall enclose their original eligibility documents described in

Clause 2.1, in a sealed envelope marked "ORIGINAL — ELIGIBILITY

DOCUMENTS". Each copy (four copies) of the eligibility documents shall be

similarly sealed, duly marking the envelopes as "COPY NO. - ELIGIBILITY

DOCUMENTS". These envelopes containing the original and the copies shall then be

enclosed in one (1) single envelope.

4.2 The original and the four copies of the eligibility documents shall be typed or written

in indelible ink and shall be signed by the prospective bidder or its duly authorized

representative/s. All envelopes shall:

(a) contain the name of the contract to be bid in capital letters;

(b) bear the name and address of the prospective bidder in capital letters;

(c) be addressed to the Procuring Entity's BAC;

(d) bear the specific identification of the Project; and

(e) bear a warning "DO NOT OPEN BEFORE MAY 11 (9:00 A.M.)” for the

opening of eligibility documents.

4.4. If the eligibility documents are not sealed and marked as required, the Procuring

Entity will assume no responsibility for its misplacement or premature opening.

5. Deadline for Submission of Eligibility Documents

Eligibility documents must be received by the Procuring Entity's BAC on or before May 11,

2017 (9:00 A.M.) at the following address:

5

NEDA Regional Office 1 Guerrero Road, San Fernando City, La Union.

6. Late Submission of Eligibility Documents

Eligibility documents submitted after the deadline for submission and receipt prescribed in

Clause 5 shall be declared "Late" and shall not be accepted by the Procuring Entity.

7. Modification and Withdrawal of Eligibility Documents

7.1. The prospective bidder may modify its eligibility documents after it has been

submitted; provided that the modification is received by the Procuring Entity prior to

the deadline specified in Clause 5. The prospective bidder shall not be allowed to

retrieve its original eligibility documents, but shall be allowed to submit another set

equally sealed, properly identified, linked to its original bid marked as

"ELIGIBILITY MODIFICATION" and stamped "received" by the BAC.

Modifications received after the applicable deadline shall not be considered and shall

be returned to the prospective bidder unopened.

7.2. A prospective bidder may, through a letter of withdrawal, withdraw its eligibility

documents after it has been submitted, for valid and justifiable reason; provided that

the letter of withdrawal is received by the Procuring Entity prior to the deadline

prescribed for submission and receipt of eligibility documents as specified in Clause

5.

7.3. Eligibility documents requested to be withdrawn in accordance with this Clause shall

be returned unopened to the prospective bidder concerned. A prospective bidder may

also express its intention not to participate in the bidding through a letter which

should reach and be stamped by the BAC before the deadline for submission and

receipt of eligibility documents. A prospective bidder that withdraws its eligibility

documents shall not be permitted to submit another set, directly or indirectly, for the

same project.

8. Opening and Preliminary Examination of Eligibility Documents

8.1. The Procuring Entity's BAC will open the envelopes containing the eligibility

documents in the presence of the prospective bidders' representatives who choose to

attend, at the time, on the date, and at the place specified in Clause 5. The prospective

bidders' representatives who are present shall sign a register evidencing their

attendance.

8.2. Letters of withdrawal shall be read out and recorded during the opening of eligibility

documents and the envelope containing the corresponding withdrawn eligibility

documents shall be returned unopened to the withdrawing prospective bidder. If the

withdrawing prospective bidder's representative is present during the opening, the

original eligibility documents and all copies thereof shall be returned to the

representative during the opening of eligibility documents. If no representative is

present, the eligibility documents shall be returned unopened by registered mail.

8.3. A prospective bidder determined as "ineligible" has seven (7) calendar days upon

written notice or, if present at the time of the opening of eligibility documents, upon

verbal notification, within which to file a request for reconsideration with the BAC:

Provided, however, that the request for reconsideration shall not be granted if it is

established that the finding of failure is due to the fault of the prospective bidder

concerned: Provided, further, that the BAC shall decide on the request for

6

reconsideration within seven (7) calendar days from receipt thereof. If a failed

prospective bidder signifies his intent to file a request for reconsideration, in the case

of a prospective bidder who is declared ineligible, the BAC shall hold the eligibility

documents until such time that the request for reconsideration or protest has been

resolved.

8.4. The eligibility documents envelopes and modifications, if any, shall be opened one at

a time, and the following read out and recorded:

(a) the name of the prospective bidder;

(b) whether there is a modification or substitution; and

(c) the presence or absence of each document comprising the eligibility

documents vis-à-vis a checklist of the required documents.

The eligibility of each prospective bidder shall be determined by examining each bidder's

eligibility requirements or statements against a checklist of requirements, and shall be

determined as either "eligible" or "ineligible." If a prospective bidder submits the specific

eligibility document required, he shall be rated "passed" for requirement. In this regard,

failure to submit a requirement, or a patently insufficient submission, shall be considered

"failed" for the particular eligibility requirement concerned. If a prospective bidder is rated

"passed" for all the eligibility requirements, he shall be considered eligible to participate in

the bidding, and the BAC shall mark the set of eligibility documents of the prospective bidder

concerned as "eligible." If a prospective bidder is rated "failed" in any of the eligibility

requirements, he shall be considered ineligible to participate in the bidding, and the BAC

shall mark the set of eligibility documents of the prospective bidder concerned as "ineligible."

In either case, the BAC Chairperson, or his duly designated authority, shall countersign the

markings. Notwithstanding, NEDA reserves the right to reject any and all proposals,

including that of a single eligible proponent, waive any minor deviation in the submitted

documents which will not materially affect the substance of the proposal, annul the selection

process, or not award the contract at any time prior to contract award, without thereby

incurring any liability to the affected participating consulting firm/s.

7

Terms of Reference (TOR)

Conduct of a Study of the Effectiveness of the Regional Project Monitoring and Evaluation

System (RPMES) at the Sub-National Levels

1. BACKGROUND AND RATIONALE

1.1 Contracting Authority

The General Appropriations Act (GAA) for FY 2016 has allocated the amount of PhP

1,500,000.00 for the conduct of impact evaluation studies to be administered by the National

Economic and Development Authority Regional Office 1 (NEDA RO1).

For this Terms of Reference (TOR), NEDA RO1 shall be the Executing Agency and Contracting

Party while XXX (Consulting firm) will be the Consulting Firm. The proposed project study is

consistent with NEDA’s major final outputs (MFOs), specifically under Monitoring and

Evaluation (M&E) Services.

1.2 The RPMES in Region 1

The Regional Project Monitoring and Evaluation System (RPMES) had been in place as the main

monitoring tool in the regions and sub-regional levels since 1994 when the Operations Manual

was first published. The RPMES was established in 1989 through Executive Order No. 376 and

later amended in 1993 through Executive Order No. 93.

In 2015, further improvements to the system were recommended but the Draft RPMES

Operational Guidelines basically retains much of the features of the 1994 version except for new

reporting templates. Additional reporting forms are included in the 2015 version to cover the

conduct of problem-solving sessions, field validation activities and the monitoring of project

results.

In the case of Region 1, the RPMES continues to be the main monitoring system in the reporting

of project accomplishments at the regional level. While the system has been regularly subjected to

review and evaluation by the Secretariat of the Regional Project Monitoring Committee (RPMC),

its effectiveness in responding to implementation bottlenecks and thereby facilitating project

completion on time has not been studied and documented. Similar studies of the system’s

effectiveness at the sub-regional levels, i.e., at the provincial, city and municipal levels are also

lacking. It is within this context that this study is recommended.

2. USEFULNESS OF THE STUDY

The study results will be used to enhance the effectiveness of the RPMES as a project monitoring and

evaluation tool, to wit:

a) For project facilitation

The RPMES provides a venue for problem-solving sessions (PSS) with concerned

implementing entities whose projects are encountering implementation delays. The PSS are

conducted to discuss the issues hampering project implementation and agree on measures to

put the delayed projects back on track.

b) For providing timely information on project implementation status

8

Policy makers and project planners need vital real-time information on whether development

projects are being undertaken on time or not in order to make any necessary adjustments

when implementation issues do arise.

c) For determining whether project outcomes are being met or not

While the RPMES should also cover the monitoring of project results or outcomes, this

feature has only been recently introduced in the 2015 version of the RPMES Operational

Guidelines.

d) For documenting best practices

Best practices on project implementation, monitoring and evaluation can better be shared to

other project planners and implementers when these are documented. The project

documentation report can serve as guide / reference in the planning, development and design

of future similar projects.

3. OBJECTIVES OF THE STUDY

The study aims to determine the effectiveness of the RPMES at the regional and sub-regional levels.

The RPMES is fully operational at the regional level with the NEDA Regional Director acting as the

Chairman of the Regional Project Monitoring Committee (RPMC) and the NEDA Region 1 Office

(NEDA RO1) as the committee’s Secretariat; operational as far as the system is implemented

following the procedures set forth in the RPMES Manual of 1994 and the more updated Draft RPMES

Operational Guidelines of 2015.

If one were to go down, however, to the sub-regional levels, particularly at the provincial, city and

municipal levels, this may not be so.

A comparative study on the degree of implementation of the RPMES at the various levels should help

policy makers address whatever gaps may exist at the sub-regional levels in the area of project

monitoring and evaluation.

The study should focus on enhancing the usefulness of the RPMES as a tool for project facilitation,

providing timely information on project implementation status, documenting best practices and

providing feedback for future project planning and design particularly at the sub-regional levels.

Strengthening the involvement of the sub-regional levels in the whole development planning process

up to project monitoring and evaluation is in synch with the government’s mantra of inclusive growth.

With a strong monitoring and evaluation system, policy makers can be provided timely and accurate

feedback on whether or not development projects have achieved their objectives and contributed to

the twin national goals of poverty reduction and inclusive growth.

4. EVALUATION METHODOLOGY

The descriptive (survey) method of research shall be used for the RPMES effectiveness study. Face-

to-face interview of selected respondents from the study area will be used. Guide questionnaires will

also be formulated to ensure that all aspects of the study will be covered by the consultants.

A review of RPMES – related documents will also be done, e.g., completed project monitoring

reports, field visit reports, minutes of RPMC and Local PMCs meetings cum project facilitation

sessions, RPMES manual and operational guides.

9

The study shall be guided by the evaluation framework shown in Figure 1.

5. SCOPE OF THE WORKS AND EXEPECTED OUTPUTS

5.1 Area Coverage of the Study The Study shall cover 17 areas of Region 1 as follows:

a. the regional level operationalization

b. the 4 provinces of Region 1, namely, Ilocos Norte, Ilocos Sur, La Union and Pangasinan

c. 1 city per province

d. 2 municipalities per province (1 from among the 1st to 3

rd class and 1 from among the 4

th to

5th class)

5.1 Phase I: Data Gathering Stage Following the evaluation framework as shown in Figure 1, the scope of consulting services under

this TOR shall include, but not necessarily be limited to the following:

Conduct activities such as data gathering, consultations and verifications with the concerned

government line agencies, non-government organizations and selected local government units.

Among the more important data / information which need to be gathered include the following:

a) The extent the RPMES is used as the monitoring tool at the regional, provincial, city

and municipal level to cover the following:

Scope and coverage

Organizational framework / structure

Project Monitoring Committees

Entities involved and their responsibilities

Systems framework

Process flow

Reporting

Monitoring procedures

Problem-solving mechanism

Procedure for computing accomplishments

b) Staff complement of the project monitoring units at the regional and sub-regional levels

including their responsibilities, if these exist at all

c) Logistical support provided for project monitoring activities at the regional and sub-regional

levels

d) Problems and issues encountered in the use of the RPMES

The main output of Phase I of the study will be a profile of the 17 areas detailing how the

RPMES is being operationalized.

5.2 Phase II: Study Proper

The study proper will focus on determining the extent the following RPMES objectives were

achieved at the regional and sub-regional levels:

a) provide a system for the integration, coordination and linkage of all monitoring activities in

the region;

10

b) provide up-to-date information on the overall status of project implementation at each level

for planning and budget allocation, to include employment generation of the various

programs/projects expressed in man-days;

c) identify problems/issues which impede project implementation for remedial actions at the

regional and sub-regional levels and to elevate unresolved issues and problems at these

levels to the Cabinet or the President for resolution and final action through the NPMC;

d) provide information on lessons learned in project implementation for planning and

implementation of future similar projects;

e) Staff complement of the project monitoring units at the regional and sub-regional levels

including their responsibilities, if these exist at all

11

Figure 1: Evaluation Framework

Note: The above evaluation framework is indicative only and does not preclude the shortlisted Consulting Firms from submitting their

own Evaluation Framework/ Methodology as part of their Technical Proposal.

Comparative Assessment across Areas

Conclusions/Recommendations

Phase II

Study Proper

Phase III

Review of the extent of the RPMES objectives’ attainment

Survey Questionnaire Interview

Relevant Documents Phase I

D

A

T

A

G

A

T

H

E

R

I

N

G

S

T

A

G

E

Tabulation/ Description of Findings along the following by area

RPMES as an M & E Tool

Scope and coverage

Organizational

Framework/Structure

Project Monitoring

Committee

Entities involved and their

responsibilities

Systems Framework

Process Flow

Reporting

Monitoring Procedures

Problem Solving

Mechanism

Procedure for computing

accomplishment

Problems/Issues Encountered

Other Logistical Support

Funds

Supplies

Vehicle

M & E Manpower

Support

12

f) Staff complement of the project monitoring units at the regional and sub-regional levels

including their responsibilities, if these exist at all

g) Logistical support provided for project monitoring activities at the regional and sub-

regional levels

h) Problems and issues encountered in the use of the RPMES

The main output of Phase I of the study will be a profile of the 17 areas detailing how the

RPMES is being operationalized.

5.2 Phase II: Study Proper

The study proper will focus on determining the extent the following RPMES objectives were

achieved at the regional and sub-regional levels:

i) provide a system for the integration, coordination and linkage of all monitoring activities in

the region;

j) provide up-to-date information on the overall status of project implementation at each level

for planning and budget allocation, to include employment generation of the various

programs/projects expressed in man-days;

k) identify problems/issues which impede project implementation for remedial actions at the

regional and sub-regional levels and to elevate unresolved issues and problems at these

levels to the Cabinet or the President for resolution and final action through the NPMC;

l) provide information on lessons learned in project implementation for planning and

implementation of future similar projects;

m) assess and ascertain whether projects implemented are supportive of regional development

goals and plans as well as national development thrusts and priorities; and

n) provide a venue for greater participation of nongovernment organizations (NGOs) in the

development planning process.

It is important that a comparative assessment of the degree of compliance / non - compliance of

the parties involved to the requirements of the RPMES be made as basis later on in the

formulation of recommendations to improve the usefulness and effectiveness of the system as a

monitoring and evaluation tool at the various levels.

Best practices at the regional and sub-regional levels shall be documented for sharing later on

with all stakeholders involved in the RPMES.

5.3 Phase III: Conclusions and Recommendations

The study recommendations should focus on how to make the RPMES a more effective

monitoring tool at the regional and sub-regional levels, This shall include recommendations on

all support needed to make the RPMES more effective, e.g., operational guide, organizational

structures, monitoring processes, manpower support, financial support and other needed support.

6. COMPOSITION OF STUDY TEAM AND ROLES OF TEAM MEMBERS

13

6.1 Key Experts and Activities

Following are the key experts required and the corresponding major activities which they will

undertake, among others:

6.1.1 Team Leader (1)

6.1.1.1 Provide overall direction to all personnel making up the Consulting Firm.

6.1.1.2 Manage relationships with concerned regional and sub-regional line agencies

(RLAs) and local government units (LGUs).

6.1.1.3 Prepare detailed, time-bound work plans for the preparation of the

effectiveness study, assigning various team members to each key task.

6.1.1.4 Provide technical support and guidance in all aspects of the consulting

services.

6.1.1.5 Organize and take the lead in the conduct of regular site visits in the LGUs

and RLAs covered in the study.

6.1.1.6 Monitor the progress of all tasks ensuring that deadlines relating to delivery

dates are met.

6.1.1.7 Take the lead and assign / delegate other tasks / activities to the members of

the Consulting Firm and support staff as may be required during the conduct of the

Study.

6.1.1.8 Ensure the timely delivery and quality control of all required outputs, in

particular the Inception Report, Monthly Progress Reports, the Interim Report, the

Draft Final Report and the Final Report.

6.1.1.9 Ensure that the NEDA RO1 and NEDA-MES are furnished the prints and

electronic copy of the abovementioned deliverables / reports, including all necessary

tables and figures to facilitate and expedite complete review of the submissions.

6.1.2 Assistant Team Leader (1)

6.1.2.1 Provide assistance to the Team Leader in the overall supervision of the study.

6.1.2.2 In the absence of the Team Leader, assume full responsibility, including

leadership of the Consulting Firm.

6.1.2.3 Check and review all prepared reports / documents relative to the conduct of

the study.

6.1.2.4 Take the lead in preparing the drafts of the Inception Report, Monthly

Reports, Interim Report, Draft Final Report and the Final Report.

6.1.2.5 Undertake other tasks / activities assigned / delegated by the Team Leader as

may be required during the conduct of the Study, as articulated under Section 3.2.1.7

of this TOR.

6.1.3 Support Staff (optional)

14

6.1.3.1 Provide technical and administrative support in the conduct of the field

interviews, e.g., coordinating with the concerned RLAs and LGUs on the date, time

and venue of the interview or meeting; making the necessary arrangements for any

needed logistical support for the field interviews.

6.1.3.2 Prepare all relevant documents which may be needed prior to the field

interviews / meetings to include presentation slides.

6.1.3.3. Document the proceedings of the field interviews and meetings.

6.1.3.4 Prepare all needed reports as may be required by the Team Leader or Deputy

Team Leader.

Aside from the specified scope of works mentioned above, the Consulting Firm may propose

additional works to enhance the Study, provided it shall bear no additional cost to

Government. The scope of any additional proposed works by the Consulting Firm shall be

established within the first three (3) months of the Study, subject to the approval of the NEDA

RO1.

The Consulting Firm may propose additional experts other than those listed herein, as it

deems necessary, as long as such proposal is consistent with its proposed approach and

methodology and without additional cost to Government. Moreover, the Consulting Firm may

propose an expert to undertake more than one (1) activity, provided that: (i) all the necessary

expertise required in delivering the desired output/s are present in the Firm; (ii) the activities

proposed to be undertaken by each expert should be consistent with the proposed approach

and methodology; and (iii) the merging of expertise shall not prejudice the outputs.

The Consulting Firm shall also accommodate at least one (1) counterpart personnel from

Government (i.e., personnel from NEDA RO1), who shall be detailed to the Project for the

purpose of capacity-building and technology transfer. (The Consulting Firm is not required to

pay remuneration to the Government counterpart staff, but will shoulder all expenses

attendant to their assigned tasks such as travel, accommodation, etc.).

6.2 EXPERTISE REQUIREMENTS AND QUALIFICATIONS

The conduct of the Study shall be undertaken by the Consulting Team composed of the following

key experts, whose minimum qualifications are stated herein.

6.2.1 Team Leader (1)

The Team Leader must have a Bachelor’s Degree in Social Sciences such as Economics,

Statistics, Urban and Regional Development, Project Management, Business / Public

Administration. An advanced degree in one of the above fields is desirable.

He / She must have at least 4 years of professional experience in the field of project

monitoring and evaluation, and research in the public sector, preferably related to urban

and regional development.

He / she must have excellent analytical and interpersonal skills along strong

organizational ability; must be able to obtain, analyze and evaluate a variety of

information; organize and interpret and present it in meaningful oral and written form for

varied audiences and provide solid analysis leading to sound decision-making. He / she

must be computer literate.

6.2.2 Assistant Team Leader (1)

15

The Assistant Team Leader must also have a Bachelor’s Degree in Social Sciences such

as Economics, Statistics, Urban and Regional Development, Project Management,

Business / Public Administration. A master’s degree in one of the above fields is

desirable.

He / She must have at least 2 years of professional experience in the field of project

monitoring and evaluation, and research in the public sector, preferably related to urban

and regional development.

He / she must have very good analytical and interpersonal skills along strong

organizational ability; must be able to obtain, analyze and evaluate a variety of

information; organize and interpret and present it in meaningful oral and written form for

varied audiences and provide solid analysis leading to sound decision-making. He / she

must be computer literate.

6.2.3 Support Staff (optional)

The support staff must have a Bachelor’s Degree in Social Sciences such as Statistics,

Economics, Business / Public Administration.

They must have good coordination skills, and written and oral communication skills.

They must possess a high degree of computer know-how.

They must be willing to work overtime and do varied tasks as may be assigned by the

Team Leader or Assistant Team Leader.

7. TIMELINES AND DELIVERABLES

7.1 Commencement Date and Period of Implementation

The Study shall be completed within a period of six (6) months, commencing from the date of

receipt of the Notice to Proceed (NTP). Refer to Annex A for an illustration of the indicative

implementation timelines for the Study.

7.2 Table of Deliverables

A detailed Work and Financial Plan (WFP) shall be submitted by the Consulting Firm to NEDA

RO1 for review and payment processing (copy furnished NEDA-MES for monitoring purposes)

within seven (7) calendar days from the date of commencement as indicated in NTP.

The deliverables for the subject as enumerated below shall be submitted by the Consulting Firm

in four (4) hard copies to NEDA RO1 for review and payment processing and two (2) hard

copies to NEDA-MES for monitoring purposes. An electronic/soft copy shall also be submitted

to NEDA RO1 and NEDA-MES.

Deliverable Time-line

Draft Inception Report including WFP

and presentation of methodology

One (1) month from receipt of NTP

Final Inception Report including WFP Half (0.5) month after receiving comments

from the NEDA

Monthly Progress Reports Monthly, within seven (7) calendar days from

end of agreed month-period

Interim Report Six (6) months from receipt of NTP

Draft Evaluation Report Eight-and-a-half (8.5) months from receipt of

16

NTP

Final Evaluation Report One (1) month after receipt from NEDA of

the evaluation / comments but not more than

ten (10) months from receipt of NTP

NEDA RO1 and NEDA-MES shall provide comments on the Draft Inception Report within ten

(10) calendar days from submission.

7.2.1 The Inception Report and WFP, which shall be submitted to NEDA RO1 and NEDA-MES

for approval, shall include the detailed work program for the scope of work of the Study, and a

detailed schedule for all work, including study methodology and field work related to applicable

tasks. It shall also include the fulfilment of the Study conditions listed in this TOR as well as

approaches and methodologies to be utilized in the development of the Study.

7.2.2 The Monthly Progress Reports shall include updates on the physical and financial

accomplishments of each of the activities under the Work and Financial Plan, including the

difficulties encountered and measures taken to overcome them.

7.2.3 The Interim Report shall include, among others, the status of implementation of the Study

in relation to the scope of work, as well as preliminary results of the Study.

7.2.4 The Evaluation Report shall be submitted within 30 calendar days after receipt from NEDA

RO1 and NEDA-MES of the evaluation/comments on the “Draft Evaluation Report”.

A “Recommendation for Release of Final Payment” shall be issued by NEDA RO1 to the

Consulting Firm.

8. CRITERIA FOR SELECTION

The Consulting Firm shall be selected using the Quality-Cost Based Selection procedure under

Republic Act (RA) No. 9184, or the Government Procurement Reform Act (GPRA), and its Revised

Implementing Rules and Regulations (IRR) and based on the following criteria:

Technical Proposal: 85%

Financial Proposal: 15%

9. SOURCE OF FUNDS

Funds for the conduct of the Evaluation Study shall be sourced from the NEDA-administered M&E

Fund.

10. INSTITUTIONAL SET-UP / RESPONSIBILITIES

10.1 NEDA-MES

10.1.1 Shall download the funds to the NEDA RO1 upon the final approval of the study

by the Steering Committee and once the contract becomes executory;

10.1.2 Shall provide its comments and recommendations on the study on a quarterly

basis and prior to the finalization of the report;

10.1.3 Shall provide assistance to the NEDA RO1 in the preparation of the needed

financial reports as required by the Department of Budget and Management (DBM) and

other reportorial requirements.

17

10.2 NEDA RO1

10.2.1 Shall be the Executing Agency (i.e., representative of the Government in the

Contract Agreement with the Consulting Firm);

10.2.2 Shall through its NEDA Bids and Awards Committee (NBAC), be responsible for

facilitating the bidding and tendering of the consulting services in compliance with RA

9184 and its Revised IRR;

10.2.3 Shall be responsible for the disbursement of the fund for the conduct of the

Effectiveness Study once the contract becomes executed;

10.2.4 Shall be responsible for the preparation and submission of financial reports as

required by the DBM and other reportorial requirements regarding the M&E Fund

administration;

10.2.5 Shall evaluate all requests for payments/billings and determine the

acceptability/correctness of the same;

10.2.6 Shall have the option to detail at least one (1) counterpart technical personnel to

the Project for the purpose of on-the-job capacity building/technology transfer; and

10.2.7 Shall provide, upon the request of the Consulting Firm, available information/data

and also, if available, copies of previous related studies subject to the execution of the

Non-Disclosure Agreement, if necessary.

10.2.8 Shall be the beneficiary/End-User of the consulting services;

10.2.9 Shall be responsible for contract implementation and management, including

ensuring the quality of outputs. Further, the NEDA RO1 shall be responsible for the

monitoring and evaluation of the progress of the Study and approval of reports to ensure

delivery of outputs as specified in Sections 2, 3 and 5 of this TOR;

10.2.10 Shall provide assistance in the coordination with other agencies related to the

Study;

10.2.11 Shall report to NEDA-MES the physical progress of the Study on a quarterly

basis;

10.2.12 Shall provide feedback to the Consulting Firm on the comments and

recommendations of the NEDA-MES for consideration in the study.

10.3 Consulting Firm

10.3.1 Shall be responsible for the conduct of the Study and the timely delivery of

results/outputs as indicated under Sections 4, 5 and 7 of this TOR;

10.3.2 Shall be responsible for the provision of necessary office space, which shall be

within close proximity to NEDA-1, for their project staff as well as the Government’s

detailed personnel, including the necessary office equipment (i.e., computer, printers,

office supplies, etc.) for the conduct of the Study. All equipment procured for the

development of the Project shall be transferred to the Government by the end of the

Project;

18

10.3.3 Shall shoulder all expenses required in the conduct of the Study, including travel

costs and lodging of detailed Government personnel during field visits, except for their

salaries;

10.3.4 Shall: (a) carry out the services with sound evaluation theories and practices to

ensure that the final works will provide the most economical and feasible development

for the Study; (b) accept full responsibility for the consulting services to be performed

under this TOR for which the Consulting Firm is liable to NEDA-CO/NEDA-1; (c)

perform the work in an efficient and diligent manner and shall use its best effort to keep

reimbursable costs down to the possible minimum without impairing the quality of

services rendered; and (d) comply with, and strictly observe any laws regarding

workmen’s health and safety, workmen’s welfare, compensation for injuries, minimum

wage, hours of labor and other labor laws;

10.3.5 Shall: (a) keep accurate and systematic records and accounts in respect of the

services in such form and detail as is customary and sufficient to establish accurately that

the costs and expenditures under this TOR have been duly incurred; and (b) permit the

duly authorized representatives of the Government from time to time to inspect its

records and accounts as well as to audit the same;

10.3.6 Shall not assign nor sub-contract any part of the evaluation services under this

TOR to any person or firm, except with prior written consent of NEDA RO1/NEDA-

MES. The approval by the Government to the assignment of any part of said services or

to the engagement by the Consulting Firm of sub-contractors to perform any part of the

same shall not relieve the Consulting Firm of any obligations under this TOR;

10.3.7 Shall prohibit full-time foreign staff during his assignment under this TOR to

engage, directly or indirectly, either in his name, or through the Consulting Firm, in any

business or professional activities in the Philippines other than the performance of his

duties or assignment under this TOR;

10.3.8 Shall not at any time communicate to any person or entity any information

disclosed to them for the purpose of this services, nor shall the Consulting Firm make

public any information as to the recommendations formulated in the course of or as a

result of the services, except with prior consent of NEDA RO1/NEDA-MES;

10.3.9 Shall agree that nothing contained herein shall be construed as establishing or

creating between the Government and the Consulting Firm, the relationship of employer

and employee or principal and agent, it being understood that the position of the

Consulting Firm and anyone else performing the services is that of an independent

contractor;

10.3.10 Shall hold the Government free from any and all liabilities, suits, actions,

demands, or damages arising from death or injuries to persons or properties, or any loss

resulting from or caused by said personnel incident to or in connection with the services

under this TOR. The Consulting Firm shall agree to indemnify, protect and defend at its

own expense the Government and its agents from and against all actions, claims and

liabilities arising out of acts done by the Consulting Firm or its staff in the performance

of the services, including the use of, or violation of any copyrighted materials, patented

invention, article or appliance;

10.3.11 Shall provide on-the-job capacity building/technology transfer to the

Government’s personnel detailed to the Project.

19

11. APPROVED BUDGET FOR CONTRACT (ABC)

11.1 The ABC for the proposed Study is ONE MILLION FIVE HUNDRED THOUSAND

AND 00/100 PESOS (PhP1,500,000.00), inclusive of all applicable government taxes and

charges, professional fees, and other incidental and administrative costs.

11.2 Please note that this consulting contract shall be a fixed price contract. Any extension of

contract time shall not involve any additional cost to the Government.

12. PAYMENT SCHEME/SCHEDULE

12.1 Billings shall be in accordance with the following delivery schedule and subject to the usual

Government accounting and auditing requirements:

Description Payment Amount(PhP)

Upon acceptance of the

Inception Report 20% 300,000.00

Upon acceptance of the

Interim Report 30% 450,000.00

Upon acceptance of the Draft

Final Report 25% 375,000.00

Upon acceptance of the Final

Report 25% 375,000.00

TOTAL 100% 1,500,000.00

12.2 The Consulting Firm may also be allowed to submit its own payment schemes for the

remuneration component only subject to compliance with existing regulations/laws.

12.3 No advance payment shall be made.

12.4 Since all of these payments shall be subject to the usual government accounting and

auditing requirements. The Consulting Firm is expected to be familiar with the Government

Accounting and Auditing Manual (GAAM).

13. RETENTION PAYMENT

13.1 A retention payment of ten (10) percent shall be withheld. It shall be based on the total

amount due to the Consulting Firm prior to any deduction and shall be retained from every

progress payment until 50 percent of the value of Study, as determined by NEDA RO1 is

completed. If, after 50 percent completion, the Study is satisfactorily done and on schedule, no

additional retention shall be made; otherwise, the ten (10) percent retention shall be imposed.

13.2 The total "retention money" shall be due for release upon approval of the Final Report. The

Consulting Firm may, however, request the substitution of the retention money for each progress

billing with irrevocable standby letters of credit from a commercial bank, bank guarantees, or

surety bonds callable on demand, of amounts equivalent to the retention money substituted for

and acceptable to NEDA RO1, provided that the project is on schedule and is satisfactorily

undertaken. Otherwise, the ten (10) percent retention shall be made. Said irrevocable standby

letters of credit, bank guarantees and/or surety bonds, to be posted in favor of NEDA RO1 shall

be valid for the duration of the contract.

20

14. LIQUIDATED DAMAGES

14.1 Where the Consulting Firm refuses or fails to satisfactorily complete the work within the

specified contract time, plus any time extension duly granted and is hereby in default under the

contract, the Consulting Firm shall pay NEDA RO1 for liquidated damages, and not by way of

penalty, an amount, as provided in the conditions of contract, equal to at least one tenth (1/10) of

one (1) percent of the cost of the unperformed portion of the works for every day of delay.

Should the amount of liquidated damages reaches 15 percent of the contract amount, NEDA

RO1 shall at its own discretion terminate the contract without prejudice to any further action it

may take to recover whatever losses incurred due to non - performance of the Consulting Firm.

14.2 To be entitled to such liquidated damages, NEDA RO1 does not have to prove that it has

incurred actual damages. Such amount shall be deducted from any money due or which may

become due the Consulting Firm under the contract and/or collect such liquidated damages from

the retention money or other securities posted by the Consulting Firm whichever is convenient to

NED RO1

21

ANNEX A

STUDY OF THE EFFECTIVENESS OF THE RPMES AT THE SUB-NATIONAL

LEVELS

GANTT CHART OF ACTIVITIES

Note: The above chart is indicative only and does not preclude the shortlisted Consulting Firm from

submitting their own Work Plan and Gantt Chart of Activities as part of their Technical

Proposal

ACTIVITIES

MON

TH 1

MON

TH 2

MON

TH 3

MON

TH 4

MON

TH 5

MON

TH 6

MON

TH 7

MON

TH 8

MON

TH 9

MON

TH 10

1 2 3 4 1 2 3 4 1 1 2 3 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4

1 Data gathering and

interview of identified

respondents

x x x x x x x x x x x x

2

Data review and analysis

x x x x x x x x x x x

3

Consolidation of findings

x x x x x x

4 Preparation of

conclusions and

recommendations

x x x x

5 Finalization of the

Effectiveness Study

x x x x

6

7

8

22

ANNEX B

List of Available Baseline Data:

a) At the regional Level:

Project monitoring reports (Annual Project Monitoring Plans and Quarterly Project

Monitoring Reports)

Agenda folders of the RPMC meetings

Project field visit reports

Problem-solving session highlights

RPMES Budget utilization

Documentation reports on the RPMC Searches

Documentation reports on the Annual RPMES Conference

Project Selection Criteria

b) At the Provincial Level

Project monitoring reports

Other M&E – related documents

c) At the city and municipal levels

No info on available M&E-related documents

23

TERMS OF REFERENCE

Study of the efficiency of the Banaoang Pump Irrigation Project (BPIP) in providing irrigation

to its Service Area

1. BACKGROUND/RATIONALE

1.1 Contracting Authority

The General Appropriations Act (GAA) for FY 2016 has allocated the amount of Php

1,500,000.00 for the conduct of impact evaluation studies to be administered by the National

Economic and Development Authority Regional Office 1 (NEDA RO1).

For this Terms of Reference (TOR), NEDA RO1 shall be the Executing Agency and Contracting

Party while XXX (Consulting firm) will be the Consulting Firm. The proposed project study is

consistent with NEDA’s major final outputs (MFOs), specifically under Monitoring and

Evaluation (M&E) Services.

1.2 Relevant Country/Sector Context

BPIP is in line with the government’s plan to increase agricultural production, as indicated in the

Updated Philippine Development Plan (PDP) and Regional Development Plan (RDP).

Specifically, the project supports the government’s thrust of bringing potential areas under

irrigation and rehabilitating existing irrigation systems that are in need of repair.

1.3 Current State of the Irrigation Sector

Rice production is directly linked to the Government’s policy of attaining national self-sufficiency

in food and the promotion of rural development in the pursuit of equitable, efficient and

environmentally sustainable growth.

At present, the productivity of paddy is approximately 4.1 tons/hectare in irrigated paddies and

3.0 tons/hectare in rain-fed paddies. This fact implies that irrigation water delivery is undoubtedly

the primary input to increasing rice productivity.

In Region 1, the total irrigation coverage increased by 0.71 percentage points, from 58.89% in

2014 to 59.6% in 2015.

2. USEFULNESS OF THE STUDY

2.1 The Study seeks to gather lessons learned from this irrigation project that could be used for future

benefit-transfer analysis of similar pump irrigation projects in the region and even elsewhere in

the country.

2.2 Further, the study will help the NEDA RO1 staff as development planners in the technical

assessment of irrigation projects viability for different irrigation design, location, water

requirements, demand, and applications.

3. OBJECTIVES

3.1 Overall Objective of the Study

The primary objective of the Study under this TOR is to evaluate the efficiency of the BPIP 1

project in delivering irrigation water to its designed service area.

24

In addition, the Study should seek to identify other possible projects for the improvement and

rehabilitation of the existing facilities and/or construction of new facilities to ensure the adequacy

and sustainability of the irrigation supply in the project area.

Lastly, the Study should also look into measures to improve and possibly restructure the

management and organization structure of the BPIP for optimal efficiency in delivering irrigation

supply in the most cost-effective manner.

4. SCOPE OF THE WORKS

4.1 General Scope of Works

The scope of works of the Consulting Firm under this TOR shall include, but not necessarily be

limited to, the following:

4.1.1. Review

Review of all existing reports, studies and documentation regarding the BPIP.

4.1.2. Demand Assessment

Carry out an assessment of the water demand given the various cropping pattern and

cropping season in the area through the review of all existing reports, studies and

documentation.

4.1.3. Social/Consumer Assessment

Review existing consumer assessment studies and willingness-to-pay surveys, and

conduct site visits to come up with a consumer profile.

4.1.4. Irrigation System

Compare and contrast the BPIP in terms of water conveyance, structure, source,

operation and maintenance and management with other irrigation systems.

4.1.5. Data Gathering

Gather necessary data needed for various analyses to produce the required

deliverables.

25

5. EVALUATION FRAMEWORK/ METHODOLOGY

Note: The above evaluation framework is indicative only and does not preclude the shortlisted

Consulting Firms from submitting their own Evaluation Framework/ Methodology as part of their

Technical Proposal.

6. COMPOSITION OF STUDY TEAM AND ROLES OF TEAM MEMBERS

6.1.1. Team Leader

6.1.1.1. Provide overall direction to all specialists making up the Consulting Team;

6.1.1.2. Manage relationships with concerned departments/units of NEDA at the Central

Office and Regional Office 1(NEDA-MES & NEDA RO1), local government units

(LGUs), as well as with other stakeholders including farmers, non-government

organizations, and project-affected families;

6.1.1.3. Provide technical support and guidance in all aspects of the consulting services;

6.1.1.4. Organize and take the lead in the conduct of regular site visits to the dam site and

irrigation service areas for the technical supervision in undertaking the required

survey and mapping;

6.1.1.5. Monitor the progress of related work ensuring that deadlines relating to delivery dates

stipulated in their proposal are met;

6.1.1.6. Take the lead and assign/delegate other tasks/activities to the members of the

Consultancy Team and NEDA RO1 support staff as may be required during the

conduct of the Study; including, but not limited to: (1) undertaking of the Efficiency

Study and other related studies for the proposed Project; and (2) review of the

existing institutional management and arrangements of the BPIP operation, among

others

•Review of baseline data,existing documentations, studies,policies and reports Situation Analysis

•Actual field survey, interview,FGD and site visits

•Other related data gathering activities Data Gathering

•Quantitative and Qualitative (Statistical) Analysis

•Geo-spatial analysis

•Overall review of the Irrigation design

Data Analysis/ Assessment

•Processing and Consolidation of Results

•Presentation of Results Evaluation of Results

• Conclusions

• Recommendations/ Intenventions

Conclusion/ Recommendations

26

6.1.1.7. Prepare the specific details on the conduct and deliverable requirements of the Ex-

Post Evaluation (Efficiency Study), as part of the Consultant’s Inception Report and

Work Plan, which shall be subject to consultation with and approval of NEDA RO1;

6.1.1.8. Ensure the timely delivery and quality control of all required outputs;

6.1.1.9. Ensure that NEDA-MES & NEDA RO1 are furnished with the prints and electronic

copy of the abovementioned deliverables/reports, including all necessary tables and

figures to facilitate and expedite complete review of the submissions.

6.1.2. Assistant Team Leader

6.1.2.1. Provide assistance to the Team Leader in the overall supervision of the various

assessment study activities;

6.1.2.2. In the absence of the Team Leader, assume the full responsibility, including

leadership of the Consulting Team;

6.1.2.3. Collect the necessary data needed such as the latest Operation & Maintenance report,

which may include data on the firmed-up service area (FUSA ), actual irrigated area

during wet and dry season and production performance (average yield), and in

coordination with the other key experts;

6.1.2.4. Review the overall design of the BPIP vis-a-vis coverage area’s cropping pattern and

water requirement;

6.1.2.5. In collaboration with other experts/specialists, select the most appropriate scheme for

the objective of the project. Recommend the definitive viable, acceptable and doable

plan for implementation;

6.1.2.6. Undertake other tasks/activities assigned/delegated by the Team Leader as may be

required during the conduct of the Study, as articulated under Section 6.1.1.6 of this

TOR.

6.1.3. Geospatial Analyst

6.1.3.1. Review available maps and survey data for the project area, if any;

6.1.3.2. Gather GIS operable/compatible or printed maps of the project area for geo-spatial

analysis, if available;

6.1.3.3. Prepare Base Map of the project area using GIS software for geo-spatial analysis, if

necessary;

6.1.3.4. Conduct geo-spatial analysis in coordination with other key experts, if any;

6.1.3.5. Monitor the conduct of survey works such as topographic survey of main canal

alignment and the establishment of horizontal and vertical control based on the

National Mapping and Resource Information Authority (NAMRIA) reference point

(PRS 92);

6.1.3.6. Undertake other tasks/activities assigned/delegated by the Team Leader as may be

required during the conduct of the Study, as articulated under Section 6.1.1.6 of this

TOR.

27

6.2. EXPERTISE REQUIREMENTS AND QUALIFICATIONS

6.2.1. Team Leader

6.2.1.1. Team Leader must have at least a Bachelor’s degree in Engineering

(Civil/Agricultural) or equivalent, with at least four (4) years of professional

experience in the field ex-post evaluation of infrastructure projects, data gathering

and geo-spatial planning and analysis, and has handled at least three (3) projects of

similar nature as a team leader.

6.2.1.2. In addition, the Team Leader must be knowledgeable on mixed quantitative and

qualitative project evaluation methodologies.

6.2.2. Assistant Team Leader

6.2.2.1. Assistant Team Leader must have at least a Bachelor’s degree in Agricultural or

Irrigation Engineering or equivalent, with at least three (3) years of professional

experience in the field of irrigation design and water resources.

6.2.2.2. In addition, the Assistant Team Leader must be proficient with geo- spatial

analysis, project evaluation methodologies.

6.2.3. Surveyor

6.2.3.1. Surveyor must have at least a Bachelor’s degree in civil engineering/ Geodetic

engineering or equivalent, with at least two (2) years of professional experience.

6.2.3.2. Surveyor must be proficient in geospatial and statistical analysis in coordination

with other key experts, if any;

The Team Leader shall take the lead in undertaking the Ex-Post Evaluation (Efficiency Study)

and other necessary related studies, among others, as previously articulated under Section 6.1.1.6

of this TOR. The members of the Consulting Team shall be required to provide data/information

as needed by the other experts and/or by the Team Leader related to the conduct of the Ex-Post

Evaluation (Efficiency Study).

In addition to the above, each of the members of the Consultant’s Team shall prepare inputs to the

Inception Report, Monthly Progress Reports, and other reports specific to their assigned tasks.

Prints and electronic copies of the reports specific to the members’ assigned tasks, including

tables and figures, shall be required to be submitted to NEDA RO1 to facilitate review.

Aside from the specified scope of works mentioned above, the Consulting Firm may propose

additional works to enhance the Study, provided it shall bear no additional cost to Government.

The scope of any additional proposed works by the Consulting Firm shall be established within

the first three (3) months of the Study, subject to the approval of NEDA.

The Consulting Firm may propose additional experts other than those listed herein, as it deems

necessary, as long as such proposal is consistent with its proposed approach and methodology and

without additional cost to Government. Moreover, the Consulting Firm may propose an expert to

undertake more than one (1) activity/expertise, provided that:

all the necessary expertise required in delivering the desired output/s are present in

the Team;

the activities proposed to be undertaken by each expert should be consistent with the

proposed approach and methodology; and

28

the merging of expertise shall not prejudice the outputs.

The Consulting Firm shall also accommodate at least five (5) counterpart personnel from

Government (i.e., personnel from NEDA RO1 and its partner SUCs), who shall be detailed to the

Project for the purpose of capacity-building and technology transfer. (The Consulting Firm is not

required to pay remuneration to the Government counterpart staff, but will shoulder all expenses

attendant to their assigned tasks such as travel, accommodation, etc.).

7. TIMELINES AND DELIVERABLES/ OUTPUTS

7.1. Commencement Date and Period of Implementation

The Study shall be completed within a period of six (6) months, commencing from the date

of receipt of the Notice to Proceed (NTP). Refer to Annex A for an illustration of the

indicative implementation timelines for the Study.

7.2. Table of Deliverables

A detailed Work and Financial Plan (WFP) shall be submitted by the Consulting Firm to

NEDA RO1 for review within seven (7) calendar days from the date of commencement as

indicated in NTP.

Deliverable Timeline

Draft Inception Report including WFP One (1) month from receipt of NTP

Final Inception Report including WFP Half (0.5) month after receiving

comments from NEDA -1

Monthly Progress Reports Monthly, within seven (7) calendar days

from end of agreed month-period

Interim Report and presentation of

study methodology

Three (3) months from the receipt of

NTP

Draft Ex-Post Evaluation Report

(Efficiency Study)

Four (4) months from receipt of NTP

Final Ex-Post Evaluation Report

(Efficiency Study)

Half (0.5) month after receiving

comments from NEDA RO1

Presentation of Ex-Post Evaluation

Report (Efficiency Study) to NEDA

RO1 staff

Before the contract ends

NEDA RO1 shall provide comments on the Draft Inception Report within ten (10) calendar

days from submission.

7.2.1. The Inception Report and WFP, which shall be submitted to NEDA RO1 for approval,

shall include the detailed work program for the scope of work and methodology of the

Study, and a detailed schedule for all work, including field work related to applicable

tasks. It shall also include the fulfilment of the Study conditions listed in this TOR as

well as approaches and methodologies to be utilized in the development of the Study.

7.2.2. The Monthly Progress Reports shall include updates on the physical and financial

accomplishments of each of the activities under the Work and Financial Plan, including

the difficulties encountered and measures taken to overcome them.

7.2.3. The Interim Report shall include, among others, the status of implementation of the

Study in relation to the scope of work, methodology of the study as well as preliminary

results of the Study.

29

7.2.4. The Interim Report shall include, among others, the status of implementation of the

Study in relation to the scope of work, as well as preliminary results of the Study.

7.2.5. The Ex-Post Evaluation Report (Efficiency Study Report) shall be submitted within 30

calendar days after receipt from NEDA RO1 of the evaluation/comments on the “Draft

Ex-Post Evaluation Report (Efficiency Study)”. The Efficiency Study report will

contain the details related to the Project, including, among others:

7.2.5.1. Findings, Issues and Problems;

7.2.5.2. Data and Observations Gathered;

7.2.5.3. Generated Maps, Tables, charts, etc.;

7.2.5.4. Results of Different Analyses (Qualitative and Quantitative); and

7.2.5.5. Conclusions/ Recommendations.

7.2.6. A “Recommendation for Release of Final Payment” shall be issued by NEDA RO1

(copy-furnished the Consulting Firm for information) within 14 calendar days upon

receipt of the “Final Efficiency Study Report” and satisfactory review thereof.

8. CRITERIA FOR SELECTION

8.1 The Consulting Firm shall be selected using the Quality-Cost Based Selection procedure under

Republic Act (RA) No. 9184, or the Government Procurement Reform Act (GPRA), and its

Revised Implementing Rules and Regulations (IRR) and based on the following criteria:

Technical Proposal: 85%

Financial Proposal: 15%

9. SOURCE OF FUNDS

9.1 Funds for the conduct of the Efficiency Study shall be sourced from NEDA-Monitoring and

Evaluation (M&E) Fund to be downloaded by NEDA CO once the contract becomes

executed.

10. IMPLEMENTATION ARRANGEMENTS

10. 1 NEDA Monitoring and Evaluation Staff (MES)

10.1.1. Shall download the funds to the NEDA RO1 upon the final approval of

the study by the Steering Committee and once the contract becomes

executory;

10.1.2. Shall provide its comments and recommendations on the study on a

quarterly basis and prior to the finalization of the report;

10.1.3. Shall provide assistance to the NEDA RO1 in the preparation of the

needed financial reports as required by the Department of Budget and

Management (DBM) and other reportorial requirements.

10.2. NEDA Regional Office 1(NEDA RO1)

10.2.1. Shall be the Executing Agency (i.e., representative of the Government in

the Contract Agreement with the Consulting Firm);

30

10.2.2. Shall, through its NEDA RO1 Bids and Awards Committee (NBAC), be

responsible for facilitating the bidding and tendering of the consulting

services in compliance with RA 9184 and its Revised IRR with the

Executing Agency (EA);

10.2.3. Shall be responsible for the preparation and submission of financial

reports as required by the Department of Budget and Management

(DBM) and other reportorial requirements regarding the M & E Fund

administration;

10.2.4. Shall evaluate all request for payments/billings and determine the

acceptability/correctness of the same;

10.2.5. Shall be the beneficiary/End-User of the consulting services;

10.2.6. Shall provide, upon the request of the Consulting Firm, available

information/data and also, if available, copies of previous related studies

subject to the execution of the Non-Disclosure Agreement, if necessary;

10.2.7. Shall be responsible for contract implementation and management,

including ensuring the quality of outputs. Further, NEDA RO1 shall

be responsible for the monitoring and evaluation of the progress of the

Study and approval of reports to ensure delivery of outputs as

specified in Sections 2, 3 and 5 of this TOR;

10.2.8. Shall provide assistance in the coordination with other regional line

agencies related to the Study;

10.2.9. Shall warrant to the extent possible, with assistance from NEDA-

RO1, that the Consulting Firm shall have free and unimpeded access

to all lands and properties required for the effective execution of the

services. Likewise, NEDA RO1 shall be jointly responsible with

Consulting Firm for any damage to such land or any property thereon

resulting from such access (unless such damage is caused by the

willful default or negligence of the Consulting Firm or its Staff);

10.2.10. Shall have the option to detail at least five (5) NEDA RO1 technical

personnel and staff from the partner SUCs to the Project for the

purpose of on-the-job capacity building/technology transfer.

10.3. Consulting Firm

10.3.1. Shall be responsible for the conduct of the Study and the timely

delivery of results/outputs as indicated under Sections 2, 3 and 5 of

this TOR;

10.3.2. Shall be responsible for the provision of necessary office space, which

shall be within close proximity to NEDA RO1, for their project staff

as well as the Government’s detailed personnel, including the

necessary office equipment (i.e., computer, printers, office supplies,

etc.) for the conduct of the Study. All equipment procured for the

development of the Project shall be transferred to the Government by

the end of the Project;

31

10.3.3. Shall shoulder all expenses required in the conduct of the Study,

including travel costs and lodging of detailed Government personnel

during field visits, except for their salaries;

10.3.4. Shall: (a) carry out the services with sound engineering theories and

practices to ensure that the final works will provide the most

economical and feasible development for the Study; (b) accept full

responsibility for the consulting services to be performed under this

TOR for which the Consulting Firm is liable to NEDA RO1; (c)

perform the work in an efficient and diligent manner and shall use its

best effort to keep reimbursable costs down to the possible minimum

without impairing the quality of services rendered; and (d) comply

with, and strictly observe any laws regarding workmen’s health and

safety, workmen’s welfare, compensation for injuries, minimum

wage, hours of labor and other labor laws;

10.3.5. Shall: (a) keep accurate and systematic records and accounts in respect

of the services in such form and detail as is customary and sufficient

to establish accurately that the costs and expenditures under this TOR

have been duly incurred; and (b) permit the duly authorized

representatives of the Government from time to time to inspect its

records and accounts as well as to audit the same;

10.3.6. 8.3.6 Shall not assign nor sub-contract any part of the professional

engineering services under this TOR to any person or firm, except

with prior written consent of NEDA-RO1. The approval by the

Government to the assignment of any part of said services or to the

engagement by the Consulting Firm of sub-contractors to perform any

part of the same shall not relieve the Consulting Firm of any

obligations under this TOR;

10.3.7. Shall, during or after the conclusion or termination of the Study, limit

its role under the Project to the provision of the services and hereby

disqualifies itself and any other contractor, consulting engineer or

manufacturer with which it is associated or affiliated, from the

provision of goods and services other than the services herein, except

as NEDA-RO1 may otherwise agree;

10.3.8. Shall prohibit full-time foreign staff during his assignment under this

TOR to engage, directly or indirectly, either in his name, or through

the Consulting Firm, in any business or professional activities in the

Philippines other than the performance of his duties or assignment

under this TOR;

10.3.9. Shall not at any time communicate to any person or entity any

information disclosed to them for the purpose of this services, nor

shall the Consulting Firm make public any information as to the

recommendations formulated in the course of or as a result of the

services, except with prior consent of NEDA RO1;

10.3.10. Shall agree that nothing contained herein shall be construed as

establishing or creating between the Government and the Consulting

Firm, the relationship of employer and employee or principal and

agent, it being understood that the position of the Consulting Firm and

32

anyone else performing the services is that of an independent

contractor;

10.3.11. Shall hold the Government free from any and all liabilities, suits,

actions, demands, or damages arising from death or injuries to persons

or properties, or any loss resulting from or caused by said personnel

incident to or in connection with the services under this TOR. The

Consulting Firm shall agree to indemnify, protect and defend at its

own expense the Government and its agents from and against all

actions, claims and liabilities arising out of acts done by the

Consulting Firm or its staff in the performance of the services,

including the use of, or violation of any copyrighted materials,

patented invention, article or appliance;

10.3.12. Shall provide on-the-job capacity building/technology transfer to the

Government’s personnel detailed to the Project.

11. APPROVED BUDGET FOR CONTRACT (ABC)

11.1. The ABC for the proposed Study is One Million Five Hundred Thousand Peso

(PhP1,500,000.00), inclusive of all applicable government taxes and charges,

professional fees, and other incidental and administrative costs which shall be paid on

a reimbursement basis (e.g., travel expenses, communication expenses, office

supplies, office space, and other expenses deemed necessary for the Project as

certified by the Executing Agency). Attached, as Annex B, is the breakdown of the

ABC.

11.2. Please note that this consulting contract shall be a fixed price contract. Any extension

of contract time shall not involve any additional cost to the Government.

12. PAYMENT SCHEME/SCHEDULE

12.1. Billings shall be in accordance with the following delivery schedule and subject to the

usual Government accounting and auditing requirements:

Description Indicative

Date

Percentage (%) Amount(PhP)

Upon Acceptance of

Inception Report and

presentation of study

methodology

Week 5 20% 300,000.00

Upon Acceptance of

Interim Report Week 14 30%

450,000.00

Upon acceptance of the

Draft Final Report Week 21 25%

375,000.00

Upon acceptance/

presentation of the Final

Report and all deliverables

Week 24 25% 375,000.00

TOTAL 100%

1,500,000.00

33

12.2 The Consulting Firm may also be allowed to submit its own payment schemes for the

remuneration component only subject to compliance with existing regulations/laws.

12.3 No advance payment shall be made.

12.4 Since all of these payments shall be subject to the usual government accounting and

auditing requirements. The Consulting Firm is expected to be familiar with the

Government Accounting and Auditing Manual (GAAM).

13. RETENTION PAYMENT

13.1. A retention payment of ten (10) percent shall be withheld. It shall be based on the

total amount due to the Consulting Firm prior to any deduction and shall be

retained from every progress payment until 50 percent of the value of Study, as

determined by NEDA RO1, is completed. If, after 50 percent completion, the

Study is satisfactorily done and on schedule, no additional retention shall be made;

otherwise, the ten (10) percent retention shall be imposed.

13.2. The total "retention money" shall be due for release upon approval of the Final

Report. The Consulting Firm may, however, request the substitution of the

retention money

13.3. for each progress billing with irrevocable standby letters of credit from a

commercial bank, bank guarantees, or surety bonds callable on demand, of

amounts equivalent to the retention money substituted for and acceptable to

NEDA RO1, provided that the project is on schedule and is satisfactorily

undertaken. Otherwise, the ten (10) percent retention shall be made. Said

irrevocable standby letters of credit, bank guarantees and/or surety bonds, to be

posted in favor of NEDA RO1 shall be valid for the duration of the contract.

14. LIQUIDATED DAMAGES

14.1 Where the Consulting Firm refuses or fails to satisfactorily complete the work

within the specified contract time, plus any time extension duly granted and is

hereby in default under the contract, the Consulting Firm shall pay NEDA RO1 for

liquidated damages, and not by way of penalty, an amount, as provided in the

conditions of contract, equal to at least one tenth (1/10) of one (1) percent of the

cost of the unperformed portion of the works for every day of delay. Should the

amount of liquidated damages reaches 15 percent of the contract amount, NEDA

RO1 shall at its own discretion terminate the contract without prejudice to any

further action it may take to recover whatever losses incurred due to non-

performance of the Consulting Firm.

14.2 To be entitled to such liquidated damages, NEDA RO1 does not have to prove that

it has incurred actual damages. Such amount shall be deducted from any money

due or which may become due the Consulting Firm under the contract and/or

collect such liquidated damages from the retention money or other securities

posted by the Consulting Firm whichever is convenient to NEDA RO1.

34

1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4

1Review of existing records,

reports and maps

2

Design of project evaluation tools

& methods , data gathering

techniques to be used

3Preparation of Draft Inception

report

4Review of Draft Efficiency Study

report by the NEDA

5Submission of Monthly progress

report

6Preparation of Final Inception

report

7 Data gathering, survey proper

8 Data processing and analyses

9Preparation of Draft Efficiency

Study report

10Review of Draft Efficiency Study

report by the NEDA

10Preparation of Final Efficiency

Study report

11Review of Final Efficiency Study

report by the NEDA

12Submission of all deliverables to

NEDA-CO and NEDA 1

13Presentation of outputs to NEDA

1 staff

ActivityMonth 1 Month 2 Month 3 Month 4 Month 5 Month 6

ANNEX A

GANTT CHART OF ACTIVITIES

STUDY OF THE EFFICIENCY OF THE BANAOANG PUMP IRRIGATION PROJECT

Note: The above chart is indicative only and does not preclude the shortlisted Consulting

Firms from submitting their own Work Plan and Gantt Chart of Activities as part of

their Technical Proposal

35

ANNEX C

List of Available Baseline Data:

a) FS Report

b) PER

c) Quarterly accomplishment reports