Posted 8 months ago

Equipping and Operationalising an Educational Content Studio

Annex I Annex II Annex III Annex IV Annex V Annex VI

Instructions to Offerors General Conditions of Contract Terms of Reference (TOR) Proposal Submission Form Price Schedule Form
Vendor Information Form

Form AM 10-10 (June 2017)

page1image885820192

REQUEST FOR PROPOSAL – RFP Services

Equipping and Operationalising an Educational Content Studio

Ref: RFP 90-2022/570GLO1024
(Please quote this UNESCO reference in all correspondence)

Date 05 July 2022

Dear Sir/Madam,
You are invited to submit an offer for Equipping and Operationalising an Educational Content

Studio in accordance with the present solicitation document.
The Request for Proposal (RFP) consists of this cover page and the following Annexes:

page1image885854336 page1image885854624 page1image885854912 page1image885855200 page1image885855488 page1image885855904

Your bid, submitted electronically, should reach the following address dedicated e-mail address no later than 07 August, 2022 – (midnight Cairo Time).

cairo-rfp@unesco.org

without any copy to any other e-mail addresses. Offers addressed at any other e-mail accounts will be disqualified. Please indicate RFP reference RFP 90-2022/570GLO1024 and closing date and time in your email heading.

(To be noted that all files together not to exceed 5 MB)”

This letter is not to be construed in any way as an offer to contract with your firm/institution. Your proposal could, however, form the basis for a contract between your company and UNESCO.

You are requested to acknowledge the receipt of this letter and to indicate whether or not you will be submitting a proposal. For this purpose, and for any requests for clarification, please contact Mrs. Doaa Abonaem: d.abonaem@unesco.org.

For and on behalf of UNESCO

Dr Abdulaziz Almuzaini Regional Director& Representative

UNESCO Regional Bureau for Sciences in the Arab States

page1image885891808 page1image885892096

Revised: June 2016 BFM/FPC

Form AM 10-10 (June 2017)

ANNEX I – Instructions to Offerors

These instructions contain general guidelines and instructions on the preparation, clarification, and submission of Proposals.

A. INTRODUCTION 1. General

The purpose of this Request for Proposal (RFP) is to invite Sealed Proposals for professional services to be provided to the United Nations Educational, Scientific and Cultural Organization – UNESCO.

2. Eligible bidders

Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by UNESCO to provide consulting services for the preparation of the Terms of Reference, and other documents to be used for the procurement of services to be purchased under this Request for Proposal.

This bid is open to all national and international suppliers who are legally constituted, can provide the requested services.
Bidders are ineligible if at the time of submission of the offer:

(a) The bidder is on the exclusion list published on the global portal for suppliers of the United Nations Organization, (http://www.ungm.org) due to fraudulent activities.
(b) The name of the bidder appears on the Consolidated United Nations Security Council Sanctions List which includes all individuals and entities subject to sanctions measures imposed by the Security Council.

(c)The bidder is excluded by the World Bank Group.

3. Fraud and corruption

UNESCO requires that bidders, contractors and their subcontractors adhere to the highest standard of moral and ethical conduct during the procurement and execution of UNESCO contracts and do not engage in corrupt, fraudulent, collusive, coercive or obstructive practices.

For the purpose of this provision such practices are collectively referred to as “fraud and corruption”:

  • “Corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, an undue advantage, in order that the person receiving the advantage, or a third person, act or refrain from acting in the exercise of their official duties, or abuse their real or supposed influence;
  • “Fraudulent practice” is a knowing misrepresentation of the truth or concealment of a material fact aiming at misleading another party in view of obtaining a financial or other benefit or avoiding an obligation, or in view of having another party act to their detriment ;
  • “Collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party ;
  • “Coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party.
  • “Obstructive practice” means acts intended to materially impede the exercise of UNESCO’s contractual rights of audit, investigation and access to information, including destruction, falsification, alteration or concealment of evidence material to a UNESCO investigation into allegations of fraud and corruption.

page2image2139539312

– 2 – Revised: June 2017 BFM/FPC

• “Unethical practice” means conduct or behaviour that is contrary to Staff or Supplier codes of conduct, such as those relating to conflict of interest, gifts, hospitality, postemployment provisions, abuse of authority and harassment.

UNESCO expects that all suppliers who wish to do business with UNESCO will embrace the United Nations Supplier Code of Conduct

UN Agencies have adopted a zero tolerance policy on gifts and therefore, it is of overriding importance that UNESCO staff should not be placed in a position where their actions may constitute or could be reasonably perceived as reflecting favourable treatment of an individual or entity by accepting offers of gifts, hospitality or other similar favours. Vendors are therefore requested not to send or offer gifts or hospitality to UNESCO personnel.

UNESCO will:

  • Reject a proposal to award a contract if it determines that a vendor recommended for award

    has engaged in fraud and corruption in competing for the contract in question.

  • Cancel or terminate a contract if it determines that a vendor has engaged in fraud and

    corruption in competing for or in executing a UNESCO contract.

  • Declare a vendor ineligible, either indefinitely or for a stated period of time, to become a UN

    registered vendor if it at any time determines that the vendor has engaged in fraud and corruption in competing for or in executing a UNESCO contract.

    Any concern or evidence that corruption or fraud may have occurred or is occurring related to a UNESCO contract shall be forwarded to the Office of Internal Oversight. Please refer to how-to-report- fraud-corruption-or-abuse.

    4. Cost of Proposal

    The Offeror shall bear all costs associated with the preparation and submission of the Proposal and UNESCO will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation.

    B. SOLICITATION DOCUMENTS
    5. Contents of Solicitation Documents

    Proposals must offer services for the total requirement. Proposals offering only part of the requirement will be rejected. The Offeror is expected to examine all corresponding instructions, forms, terms and specifications contained in the Solicitation Documents. Failure to comply with these documents will be at the Offeror’s risk and may affect the evaluation of the Proposal.

    6. Clarification of Solicitation Documents

    A prospective Offeror requiring any clarification of the Solicitation Documents may notify UNESCO in writing at the organisation’s mailing address or fax or email number indicated in the RFP. UNESCO will respond in writing to any request for clarification of the Solicitation Documents that it receives earlier than two weeks prior to the deadline for the submission of Proposals. Written copies of the organisation’s response (including an explanation of the query but without identifying the source of inquiry) may be sent to all prospective Offerors that have received the Solicitation Documents.

    7. Amendments of Solicitation Documents

    At any time prior to the deadline for submission of Proposals, UNESCO may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Offeror, modify the Solicitation Documents by amendment.

    All prospective Offerors that have received the Solicitation Documents will be notified in writing of all amendments to the Solicitation Documents.

    In order to afford prospective Offerors reasonable time in which to take the amendments into account in preparing their offers, UNESCO may, at its discretion, extend the deadline for the submission of Proposals.

Form AM 10-10 (June 2017)

page3image883887920 page3image883888208 page3image883888496

– 3 – Revised: June 2017 BFM/FPC

C. PREPARATION OF PROPOSALS

The offers received must include information in sufficient scope and detail to allow UNESCO to consider whether the company has the necessary capability, experience, expertise, financial strength and the required capacity to perform the services satisfactorily.

8. Language of the Proposal

The Proposals prepared by the Offeror and all correspondence and documents relating to the Proposal exchanged by the Offeror and UNESCO shall be written in English. Any printed literature furnished by the Offeror may be written in another language so long as accompanied by a translation of its pertinent passages in which case, for purposes of interpretation of the Proposal, the language as stated in the Solicitation Documents applies.

9. Documents Comprising the Proposal

The Proposal shall comprise the following components:

  1. a)  Proposal submission form;
  2. b)  Operational and technical part of the Proposal, including documentation to demonstrate that the

    Offeror meets all requirements;

  3. c)  Price schedule, completed in accordance with clauses 10 &11;

10. Proposal Form – Presentation of the technical proposal

The Offeror shall structure the technical part of its Proposal as follows:

10.1. Description of the firm/institution and its qualifications

(a) Management Structure
This Section should provide corporate orientation to include company’s profile (year and country of incorporation – copy of certificate of incorporation), a brief description of present activities focusing on services related to the Proposal as well as an outline of recent experience on similar projects, including experience in the country.

The firm/institution should describe the organizational unit(s) that will become responsible for the contract, and the general management approach towards a project of this kind. The Offeror should identify the person(s) representing the Offeror in any future dealing with UNESCO.

Offeror to provide supporting information as to firm’s technical reliability, financial and managerial capacity to perform the services.

(b) Resource Plan
This Section should fully explain the Offeror’s resources in terms of personnel and facilities necessary for the performance of the requirements, and any plans for their expansion. It should describe Offeror’s current capabilities/facilities and any plans for their expansion.

10.2. Proposed Approach, Methodology, Timing and Outputs

This section should demonstrate the Offeror’s responsiveness to the TOR and include detailed description of the manner in which the firm/institution would respond to the TOR, addressing the requirements, as specified, point by point. You should include the number of person-working days in each specialization that you consider necessary to carry out all work required.

For assessment of your understanding of the requirements please include any assumptions as well as comments on the data, support services and facilities to be provided by the beneficiary as indicated in the Statement of Requirements/TOR, or as you may otherwise believe to be necessary.

10.3. Proposed Personnel

In this section, the offeror should reflect the project staffing including the work tasks to be assigned to each staff member as well as their qualifications with reference to practical experience relating to specialization area of the project for each proposed staff. The complete CV’s of proposed staff is to be submitted.

If applicable, this staffing proposal should be supported by an organigram illustrating the reporting lines, together with a description of such organization structure.

The technical part of the Proposal should not contain any pricing information whatsoever on the services offered. Pricing information shall be separated and only contained in the appropriate Price Schedule.

Form AM 10-10 (June 2017)

page4image2140638048 page4image2140638336

– 4 – Revised: June 2017 BFM/FPC

It is mandatory that the Offeror’s Proposal numbering system corresponds with the numbering system as provided in the TOR. All references to descriptive material and brochures should be included in the respective paragraph, though material/documents themselves may be provided as annexes to the Proposal/response.

11. Price Proposal

The Offeror shall indicate on an appropriate Price Schedule, an example of which is contained in the Price Schedule sheet, the prices of services it proposes to supply under the contract, if selected.

12. Proposal currencies

Your separate price envelop must contain an overall quotation in a single currency. All prices shall be quoted in [US dollars

13. Period of validity of proposals

Proposals shall remain valid for ninety (90) days after the date of Proposal submission prescribed by UNESCO, pursuant to the deadline clause. A Proposal valid for a shorter period may be rejected by UNESCO on the grounds that it is non-responsive.

14. Format and signing of proposals

The Bid shall be typed and shall be signed by the Bidder or a person or persons duly authorised to bind the Bidder to the contract. A Bid shall contain no interlineations, erasures, or overwriting except, as necessary to correct errors made by the Bidder, in which case such corrections shall be initialled by the person or persons signing the bid.

15. Payment

In full consideration for the complete and satisfactory performance of the services of the contract, UNESCO shall effect payments to the Contractor within 30 days after receipt and acceptance of the invoices submitted by the contractor for services provided.

D. SUBMISSION OF PROPOSALS

16. Marking of proposals

The Offeror shall send the Proposal in two separate email messages, as detailed below.

The first and second email messages shall:
(a) Be addressed to cairo-rfp@unesco.org given in the cover page of these Solicitation documents; and make reference to the “subject” indicated, and a statement: “PROPOSAL FOR SERVICES”, to be completed with the time and the date specified pursuant to clause 17 of Instructions to Bidders.

(b) Both first and second email messages shall indicate the name and address of the Offeror.
The first email message shall be marked Technical Proposal and contain the information specified in Clause 10 above.
The second email message shall be marked Financial Proposal include the Price Proposal duly identified as such.

17. Deadline for submission of proposals

Proposals must be received on or before the date and time specified on the cover page of these Solicitation Documents.

UNESCO may, at its own discretion extend this deadline for the submission of Proposals by amending the solicitation documents in accordance with clause Amendments of Solicitation Documents.

18. Late Proposals

Any Proposal received by UNESCO after the deadline for submission of proposals, pursuant to clause Deadline for the submission of proposals, will be rejected.

19. Modification and withdrawal of Proposals

Form AM 10-10 (June 2017)

page5image1874957568

– 5 – Revised: June 2017 BFM/FPC

The Offeror may withdraw its Proposal after the Proposal’s submission, provided that written notice of the withdrawal is received by UNESCO prior to the deadline specified in the RFP. Proposals may not be modified or withdrawn after that time.

E. OPENING ANDEVALUATION OF PROPOSALS 20. Opening of proposals

UNESCO representatives will open all Proposals after the deadline for submissions and in accordance with the rules and regulations of the organization.

21. Clarification of proposals

To assist in the examination, evaluation and comparison of Proposals, UNESCO may at its discretion, ask the Offeror for clarification of its Proposal. The request for clarification and the response shall be in writing and no change in price or substance of the Proposal shall be sought, offered or permitted.

22. Preliminary examination

UNESCO will examine the Proposals to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed, and whether the Proposals are generally in order.

Prior to the detailed evaluation, UNESCO will determine the substantial responsiveness of each Proposal to the Request for Proposals (RFP). For purposes of these Clauses, a substantially responsive Proposal is one, which conforms to all the terms and conditions of the RFP without material deviations. The determination of a Proposal’s responsiveness is based on the contents of theProposal itself without recourse to extrinsic evidence.

A Proposal determined as not substantially responsive will be rejected by UNESCO.

23. Evaluation and comparison of proposals

A two-stage procedure will be used in evaluating the proposals, with evaluation of the technical component being completed prior to any price component being opened and compared. The Price Component will be opened only for submissions that passed the minimum score of 70 % of the total points obtainable for the technical evaluation.

The technical proposal is evaluated on the basis of its responsiveness to the Terms of Reference (TOR).

– 6 – Revised: June 2017 BFM/FPC

Form AM 10-10 (June 2017)

OPTION 1 – LOWEST PRICE OF TECHNICALLY RESPONSIVE PROPOSALS

The price proposal of all offerors, who have attained minimum 70 % score in the technical evaluation, will be compared. The contract will be awarded to the firm/institution offering the lowest price.

Technical evaluation criteria:
Sample: Summary of Technical Proposal Evaluation Forms

Points Obtainable

Name of Firm / Institution

A B C

Form AM 10-10 (June 2017)

page7image1875341344 page7image1875341632 page7image1875341984 page7image1875342272 page7image1875342560 page7image1875342848page7image1875343264 page7image1875343552 page7image1875343840 page7image1875344128 page7image1875344416

  1. Expertise of Firm / Institution submitting Proposal 300
  2. Proposed Work Plan and Approach 500

3. Personnel 200

page7image1875358144 page7image1875358432 page7image1875358976 page7image1875359168 page7image1875359456 page7image1875359744page7image1875360032 page7image1875360320 page7image1875360608 page7image1875360896

Total

1000

OPTION 2 – HIGHEST TOTAL SCORE OF WEIGHTED TEHCHNICAL AND FINANCIAL CRITERIA

The price proposal of all offerors, who have attained minimum 70 % score in the technical evaluation, will be compared. The contract will be awarded to the offeror that receives the highest score out of a pre-determined set of weighted technical and financial criteria as specified below.

Technical Proposal Evaluation Form

Sample: Summary of Technical Proposal Evaluation Forms

Points Obtainable

Name of Firm / Institution

A B C

Name of Firm / Institution

A B C

page7image1875433552 page7image1875433840 page7image1875434128 page7image1875434416 page7image1875434704 page7image1875435408page7image1875435600 page7image1875435888 page7image1875436176 page7image1875436464 page7image1875436752

  1. Expertise of Firm / Institution submitting Proposal 200
  2. Proposed Work Plan and Approach 400
  3. Personnel 100

page7image1875450736 page7image1875451024 page7image1875451312 page7image1875451600 page7image1875451888 page7image1875452176page7image1875452464 page7image1875452752 page7image1875453040 page7image1875453328

Sub-total for Technical Evaluation

700

Financial Proposal Evaluation Form

Sample: Summary of Financial Proposal

Points Obtainable

page7image1875478464 page7image1875478752 page7image1875479040 page7image1875479328 page7image1875479616 page7image1875479904page7image1875480192 page7image1875480480 page7image1875480768 page7image1875481056 page7image1875481344

Financial Proposal 300

Sub-total for Financial Evaluation

300

Evaluation of the price proposals (of all Offerors who have attained minimum 70 % score in the technical evaluation) will be based on the weight scoring method as follows:

  • –  Financial proposals are opened and list of prices is prepared, where the lowest price is ranked as the first one (receiving highest amount of points) and the most expensive as the last one (receiving the least amount of points).
  • –  Lowest price is given maximum points (e.g. 300), for other prices the points are assigned based on the following formula: [Amount of points = lowest price/other price * total points obtainable for financial proposal]

    An example:

  • –  Offeror A – lowest price ranked as 1st in the amount of USD 10,000 = a
  • –  Offeror B – second lowest price ranked as 2nd in the amount of USD 15,000 = b

    Points assigned to A = 300 & Points assigned to B = 200 (following formula: a/b * 300 i.e. 10,000/15,000 * 300 = 200 points)

    Option 2: Combined Technical and Financial Evaluation Form

page7image1875608096 page7image1875608384 page7image1875608672 page7image1875608960page7image1875609248

Name of Firm / Institution Proposal Evaluation Forms Obtainable A B C D

Sample: Summary of Financial Points

page7image1875622480 page7image1875622768 page7image1875623056 page7image1875623344 page7image1875623632 page7image1875623920 page7image1875624208 page7image1875624496 page7image1875624784 page7image1875625072

– 7 – Revised: June 2017 BFM/FPC

Form AM 10-10 (June 2017)

page8image2141191376 page8image2141191568 page8image2141191856 page8image1875918976 page8image1875919264 page8image1875919552

Sub-total Technical Proposal 700 Sub-total Financial Proposal 300

F. AWARD OF CONTRACT

24. Award criteria, award of contract

UNESCO reserves the right to accept or reject any Proposal, and to annul the solicitation process and reject all Proposals at any time prior to award of contract, without thereby incurring any liability to the affected Offeror or any obligation to inform the affected Offeror or Offerors of the grounds for such action.

Prior to expiration of the period of proposal validity, UNESCO will award the contract to the qualified Offeror whose Proposal after being evaluated is considered to be the most responsive to the needs of the organisation and activity concerned.

25. Purchaser’s right to vary requirements at time of award and to negotiate

UNESCO reserves the right at the time of award of contract to increase or decrease by up to 20% the quantity of services and goods specified in the RFP without any change in hourly/daily or any other rates or prices proposed by the Bidders or other terms and conditions.

UNESCO reserves the right to undertake further negotiations on the proposed offer.

page8image1876068784 page8image1876069200 page8image1876069488 page8image1876069776 page8image1876070064 page8image1876070352

Total 1000

– 8 – Revised: June 2017 BFM/FPC

ANNEX II – General Terms and Conditions for Professional Services

Form AM 10-10 (June 2017)

page9image1876350624

1. LEGAL STATUS

The Contractor shall be considered as having the legal status of an independent contractor vis-à-vis UNESCO. The Contractor’s personnel and sub-contractors shall not be considered in any respect as being the employees or agents of UNESCO.

2. SOURCE OF INSTRUCTIONS

The Contractor shall neither seek nor accept instructions from any authority external to UNESCO in connection with the performance of its services under this Contract. The Contractor shall refrain from any action, which may adversely affect UNESCO or the United Nations and shall fulfill its commitments with the fullest regard to the interests of UNESCO.

3. CONTRACTOR’S RESPONSIBILITY FOR EMPLOYEES

The Contractor shall be responsible for the professional and technical competence of its employees and will select, for work under this Contract, reliable individuals who will perform effectively in the implementation of this Contract, respect the local customs, and conform to a high standard of moral and ethical conduct.

4. ASSIGNMENT

The Contractor shall not assign, transfer, pledge or make other disposition of this Contract or any part thereof, or any of the Contractor’s rights, claims or obligations under this Contract except with the prior written consent of UNESCO.

5. SUB-CONTRACTING

In the event the Contractor requires the services of sub-contractors, the Contractor shall obtain the prior written approval and clearance of UNESCO for all sub-contractors. The approval of UNESCO of a sub- contractor shall not relieve the Contractor of any of its obligations under this Contract. The terms of any sub-contract shall be subject to and conform with the provisions of this Contract.

6. OFFICIALS NOT TO BENEFIT

The Contractor warrants that no official of UNESCO has received or will be offered by the Contractor any direct or indirect benefit arising from this Contract or the award thereof. The Contractor agrees that breach of this provision is a breach of an essential term of this Contract.

7. INDEMNIFICA TION

The Contractor shall indemnify, hold and save harmless, and defend, at its own expense, UNESCO, its officials, agents, and employees from and against all suits, claims, demands, and liability of any nature or kind, including their costs and expenses, arising out of acts or omissions of the Contractor, or the Contractor’s employees, officers, agents or sub-contractors, in the performance of this Contract. This provision shall extend, inter-alia, to claims and liability in the nature of workmen’s compensation, products liability and liability arising out of the use of patented inventions or devices, copyrighted material or other intellectual property by the Contractor, its employees, officers, agents, servants or sub-contractors. The obligations under this Article do not lapse upon termination of this Contract.

8. INSURANCE AND LIABILITIES TO THIRD PARTIES

The Contractor shall provide and thereafter maintain insurance against all risks in respect of its property and any equipment used for the execution of this Contract. The Contractor shall provide and thereafter maintain all appropriate workmen’s compensation insurance, or its equivalent, with respect to its employees to cover claims for personal injury or death in connection with this Contract. The Contractor shall also provide and thereafter maintain liability insurance in an adequate amount to cover third party claims for death or bodily injury, or loss of or damage to property, arising from or in connection with the provision of services under this Contract or the operation of any vehicles, The Contractor shall provide and thereafter maintain all appropriate workmen’s compensation insurance, or its equivalent, with respect to its employees to cover claims for personal injury or death in connection with this Contract or the operation of any vehicles, boats, airplanes or other equipment owned or leased by the Contractor or its agents, servants, employees or sub-contractors performing work or services in connection with this Contract. Except for the workmen’s compensation insurance, the insurance policies under this Article shall:

8.1 Name UNESCO as additional insured;

8.2 Include a waiver of subrogation of the Contractor’s rights to the insurance carrier against UNESCO;
8.3 Provide that UNESCO shall receive thirty (30) days written notice from the insurers prior to any cancellation or change of coverage8.4 The Contractor shall, upon request, provide UNESCO with satisfactory evidence of the insurance required under this Article.

9. ENCUMBRANCES/LIENS

The Contractor shall not cause or permit any lien, attachment or other encumbrance by any person to be placed on file or to remain on file in any public office or on file with UNESCO against any monies due or to become due for any work done or materials furnished under this Contract, or by reason of any other claim or demand against the Contractor.

10. TITLE TO EQUIPMENT

Title to any equipment and supplies that may be furnished by UNESCO shall rest with UNESCO and any such equipment shall be returned to UNESCO at the conclusion of this Contract or when no longer needed by the Contractor. Such equipment, when returned to UNESCO, shall be in the same condition as when delivered to the Contractor, subject to normal wear and tear. The Contractor shall be liable to compensate UNESCO for equipment determined to be damaged or degraded beyond normal wear and tear.

11. COPYRIGHT, PATENTS AND OTHER PROPRIETARY RIGHTS

UNESCO shall be entitled to all intellectual property and other proprietary rights including but not limited to patents, copyrights, and trademarks, with regard to products, or documents and other materials which bear a direct relation to or are produced or prepared or collected in consequence of or in the course of the execution of this Contract. At UNESCO’s request, the Contractor shall take all necessary steps, execute all necessary documents and generally assist in securing such proprietary rights and transferring them to UNESCO in compliance with the requirements of the applicable law

12. USE OF NAME, EMBLEM OR OFFICIAL SEAL OF UNESCO OR THE UN
The Contractor shall not advertise or otherwise make public the fact that it is a Contractor with UNESCO, nor shall the Contractor, in any manner whatsoever use the name, emblem or official seal of UNESCO, or any abbreviation of the name of UNESCO in connection with its business or otherwise.

13. CONFIDENTIAL NATURE OF DOCUMENTS AND INFORMATION

Drawings, photographs, plans, reports, recommendations, estimates, documents and all other data compiled by or received by the Contractor under this Contract shall be the property of UNESCO, shall be treated as confidential and shall be delivered only to UNESCO authorized officials on completion of work under this Contract. The Contractor may not communicate at any time to any other person, Government or authority external to UNESCO, any information known to it by reason of its association with UNESCO, which has not been made public except with the authorization of UNESCO; nor shall the Contractor at any time use such information to private advantage. These obligations do not lapse upon termination of this Contract.

14. FORCE MAJEURE; OTHER CHANGES IN CONDITIONS

Force majeure, as used in this Article, means acts of God, war (whether declared or not), invasion, revolution, insurrection, or other acts of a similar nature or force, which are beyond the control of the Parties. In the event of and as soon as possible after the occurrence of any cause constituting force majeure, the Contractor shall give notice and full particulars in writing to UNESCO, of such occurrence or change if the Contractor is thereby rendered unable, wholly or in part, to perform its obligations and meet its responsibilities under this Contract. The Contractor shall also notify UNESCO of any other changes in conditions or the occurrence of any event, which interferes or threatens to interfere with its performance of this Contract. The notice shall include steps proposed by the Contractor to be taken including any reasonable alternative means for performance that is not prevented by force majeure. On receipt of the notice required under this Article, UNESCO shall take such action as, in its sole discretion, it considers to be appropriate or necessary in the circumstances, including the granting to the Contractor of a reasonable extension of time in which to perform its obligations under this Contract. If the Contractor is rendered permanently unable, wholly, or in part, by reason of force majeure to perform its obligations and meet its

– 9 – Revised: June 2017 BFM/FPC

responsibilities under this Contract, UNESCO shall have the right to suspend or terminate this Contract on the same terms and conditions as are provided for in Article 15, “Termination”, except that the period of notice shall be seven (7) days instead of thirty (30) days.

15. TERMINATION

Either party may terminate this Contract for cause, in whole or in part, upon thirty days notice, in writing, to the other party. The initiation of arbitral proceedings in accordance with Article 16 “Settlement of Disputes” below shall not be deemed a termination of this Contract. UNESCO reserves the right to terminate without cause this Contract at any time upon 15 days prior written notice to the Contractor, in which case UNESCO shall reimburse the Contractor for all reasonable costs incurred by the Contractor prior to receipt of the notice of termination. In the event of any termination by UNESCO under this Article, no payment shall be due from UNESCO to the Contractor except for work and services satisfactorily performed in conformity with the express terms of this Contract. The Contractor shall take immediate steps to terminate the work and services in a prompt and orderly manner and to minimize losses and further expenditures. Should the Contractor be adjudged bankrupt, or be liquidated or become insolvent, or should the Contractor make an assignment for the benefit of its creditors, or should a Receiver be appointed on account of the insolvency of the Contractor, UNESCO may, without prejudice to any other right or remedy it may have, terminate this Contract forthwith. The Contractor shall immediately inform UNESCO of the occurrence of any of the above events.

16. SETTLEMENT OF DISPUTES

16.1 Amicable Settlement
The Parties shall use their best efforts to settle amicably any dispute, controversy or claim arising out of, or relating to this Contract or the breach, termination or invalidity thereof. Where the parties wish to seek such an amicable settlement through conciliation, the conciliation shall take place in accordance with the UNCITRAL Conciliation Rules then obtaining, or according to such other procedure as may be agreed between the parties.
16.2 Arbitration
Unless, any such dispute, controversy or claim between the Parties arising out of or relating to this Contract or the breach, termination or invalidity thereof is settled amicably under the preceding paragraph of this Article within sixty (60) days after receipt by one Party of the other Party’s request for such amicable settlement, such dispute, controversy or claim shall be referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining, including its provisions on applicable law. The arbitral tribunal shall have no authority to award punitive damages. The Parties shall be bound by any arbitration award rendered as a result of such arbitration as the final adjudication of any such controversy, claim or dispute.

17. PRIVILEGES AND IMMUNITIES

Nothing in or relating to this Contract shall be deemed a waiver, express or implied, of any of the privileges and immunities of UNESCO.

18. TAX EXEMPTION

18.1 Section 7 of the Convention on the Privileges and Immunities of the United Nations provides, inter-alia, that UNESCO, is exempt from all direct taxes, except charges for public utility services, and is exempt from customs duties and charges of a similar nature in respect of articles imported or exported for its official use. In the event any governmental authority refuses to recognize the UNESCO exemption from such taxes, duties or charges, the Contractor shall immediately consult with UNESCO to determine a mutually acceptable procedure. 18.2 Accordingly, the Contractor authorizes UNESCO to deduct from the Contractor’s invoice any amount representing such taxes, duties or charges, unless the Contractor has consulted with UNESCO before the payment thereof and UNESCO has, in each instance, specifically authorized the Contractor to pay such taxes, duties or charges under protest. In that event, the Contractor shall provide UNESCO with written evidence that payment of such taxes, duties or charges has been made and appropriately authorized.

19. CHILD LABOUR

19.1 The Contractor represents and warrants that neither it, nor any of its suppliers is engaged in any practice inconsistent with the rights set forth in the Convention on the Rights of the Child, including Article 32 thereof, which, inter-alia, requires that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child’s education, or to be harmful to the child’s health or physical mental, spiritual, moral or social development.

19.2 Any breach of this representation and warranty shall entitle UNESCO to terminate this Contract immediately upon notice to the Contractor, at no cost to UNESCO.

20. MINES

20.1 The Contractor represents and warrants that neither it nor any of its suppliers is actively and directly engaged in patent activities, development, assembly, production, trade or manufacture of mines or in such activities in respect of components primarily utilized in the manufacture of Mines. The term “Mines” means those devices defined in Article 2, Paragraphs 1, 4 and 5 of Protocol II annexed to the Convention on Prohibitions and Restrictions on the Use of Certain Conventional Weapons Which May Be Deemed to Be Excessively Injurious or to Have Indiscriminate Effects of 1980.

20.2 Any breach of this representation and warranty shall entitle UNESCO to terminate this Contract immediately upon notice to the Contractor, without any liability for termination charges or any other liability of any kind of UNESCO.

21. OBSERVANCE OF THE LAW

The Contractor shall comply with all laws, ordinances, rules, and regulations bearing upon the performance of its obligations under the terms of this Contract.

22. AUTHORITY TO MODIFY

No modification or change in this Contract, no waiver of any of its provisions or any additional contractual relationship of any kind with the Contractor shall be valid and enforceable against UNESCO unless provided by an amendment to this Contract signed by the authorized official of UNESCO.

23. SECURITY

The responsibility for the safety and security of the Contractor and its personnel and property, and of UNESCO property in the Contractor’s custody, rests with the Contractor.
The Contractor shall:

(a) put in place an appropriate security plan and maintain the security plan, taking into account the security situation in the country where the services are being provided;
(b) assume all risks and liabilities related to the Contractor’s security, and the full implementation of the security plan.

UNESCO reserves the right to verify whether such a plan is in place, and to suggest modifications to the plan when necessary. Failure to maintain and implement an appropriate security plan as required hereunder shall be deemed a breach of this contract. Notwithstanding the foregoing, the Contractor shall remain solely responsible for the security of its personnel and for UNESCO property in its custody.

24. ANTI-TERRORISM

The Contractor agrees to undertake all reasonable efforts to ensure that none of the UNESCO funds received under this Contract are used to provide support to individuals or entities subject to sanctions measures imposed by the Security Council and that the recipients of any amounts provided by UNESCO hereunder do not appear on the Consolidated United Nations Security Council Sanctions List, including the UN Security Council Resolution 1267 (1989). The list can be accessed via: https://www.un.org/sc/suborg/en/sanctions/un-sc-consolidated-list.

This provision must be included in all sub-contracts or sub-agreements entered into under this Contract.

Form AM 10-10 (June 2017)

page10image2292914992

– 10 – Revised: June 2017 BFM/FPC

ANNEX III – Terms of Reference (TOR)

Form AM 10-10 (June 2017)

page11image1875329328

BACKGROUND AND RATIONALE

As the lead United Nations Organisation for education, the United Nations Educational, Scientific and Cultural Organisation (UNESCO) supports Member States in leveraging technology to accelerate progress towards achieving the Sustainable Development Goal for Education (SDG4). Through its network of institutes and field offices and in partnership with public and private sector organisations, UNESCO designs and implements initiatives seeking to harness information and communication technologies for education.

UNESCO launched the Technology-enabled Open Schools for All Project with a view to help build technology-enabled crisis-resilient school systems. It aims to assist Ministries of Education and key national stakeholders in designing, piloting, and scaling up Technology- enabled Open School Systems (TeOSS). This regional project covers Egypt, Ghana, and Ethiopia.

In Egypt, the project has as its main deliverable the establishment of a Distance Learning Centre under the umbrella of the Professional Academy for Teachers (PAT). The project has a specific focus on the continuous professional development of pre-university teachers, principals and supervisors, with special attention to those who are serving in marginalised communities.

One of the main deliverables of the project is the establishment of an educational content studio at the Professional Academy for Teachers. The studio will enable the production of high quality online learning material that will support Egyptian educators in enhancing teaching and learning with technology. Once the educational content studio has been set up and is operational, a Training of Trainers (ToT) programme will subsequently be conducted to build educators’ capacities to effectively design, produce, and execute online learning content.

OBJECTIVE OF THE ASSIGNMENT

TASKS AND RESPONSIBILITIES

The objective of this assignment is to equip and operationalise an educational content studio at the PAT. As part of project documentation efforts, a short video clip shall also be produced

capturing the installation of the equipment and devices and the training of relevant staff on their use.

Under the overall authority of the Director of UNESCO Cairo Office and with direct supervision of the Programme Specialist for Education, and in close collaboration with the Unit for Technology and AI in Education (ED/FLI/ICT) at UNESCO Headquarters, the Contractor shall undertake the following tasks:

– 11 –

Revised: June 2017 BFM/FPC

Task 1: Equip and operationalise the educational content studio

*Key details regarding the studio

 The dimensions of the room is 18 m x 8.9 m, with ceiling height of 3.4 m.  The room should be divided into a filming area and a studio control room.  The room has four (4) big windows, which need to be completely shut.
 AC already installed by PAT

Pictures of the studio room for reference:

Form AM 10-10 (June 2017)

page12image1876295440 page12image1876295808

– 12 – Revised: June 2017 BFM/FPC

The Contractor is expected to isolate almost half the room (approximately 9 m x 4.4 m) with ceiling height of 3.4 m. The Contractor shall also be responsible for the installation of dividers and sealing all windows.

The configuration of the filming area only allows for one set. The set design (i.e. décor and furniture) is not to be included in the Contractor’s proposal as it will be the responsibility of PAT.

An ICT infrastructure needs assessment conducted in early 2022 recommended the procurement of essential equipment and devices for the studio. The following items are listed below, with their corresponding technical specifications:

  1. 3  Remote control panel compatible with PTZ cameras 1 Sony RM-IP 10 (or equivalent)
  2. 4  NewTek NDI®|HX Upgrade for Cameras (or equivalent) 2

Form AM 10-10 (June 2017)

Item

Description

Qty

1

All-in-one live video production system solution that allows for simultaneous broadcast, streaming, and recording of live productions. The system should support the following:

  •   Up to 4 I/O HD-SDI
  •   Switching of input video sources
  •   Graphics and titles
  •   Media recording and streaming
  •   Manual or automated operation (optional) NewTek TriCaster Mini UHD 4K (or equivalent)

1

2

Full HD PTZ CAMERA

  •   Up to 1080p50 with HD-SDI and IP stream
  •   Power Over Ethernet (POE)
  •   Robust, discrete, and sharp
  •   Choice of colour (white ivory and dark grey)
  •   Optical zoom lens (x15 or more) Sony SRGX120(or equivalent)

2

page13image2292101728 page13image2292102080 page13image2292102368

5

A 4k digital additional camera for fixed angel. Supports external power source
Panasonic Lumix or equivalent

  1. 6  Tripod System with Ground Spreader Sachtler S2036/0006 PTZ (or equivalent)
  2. 7  Pro AV POE network switch 16 port

2 1

page13image2292135856 page13image2292136144 page13image2292136432

8

50″ FHD screen for monitoring brightness (Typ.) 300 nit min and contrast ratio 4000:1

Huawei/Samsung/LG (or equivalent)

1

9

Vocal set: one (1) handheld with mute switch; one (1) capsule (cardioid, dynamic); one (1) rackmount receiver; one (1) rack kit; one (1) RJ10 linking cable; and

2

– 13 –

Revised: June 2017 BFM/FPC

Form AM 10-10 (June 2017)

page14image2291887920 page14image1876272144 page14image2291961312

one (1) clip
Sennheiser EW 10034ME2 (or equivalent)

11 Monitoring headphones 1 Sennheiser HD 200 PRO (or equivalent)

13 Microphone table stand 1 K&M 23230-300-55 (or equivalent)

10

Headset mic with cardioid capsule to use with wireless systems
Sennheiser ME3-II (or equivalent)

2

12

Dynamic wired microphone for vocals and speech application. Connector XLR -3, Sensitivity 1.8 mV/Pa (free field, no load at 1 kHz)

Sennheiser XS 1 (or equivalent)

1

14

Wireless Microphone
Saramonic blink 500 pro or equivalent

1

15

Active Studio Monitor, analog input 2-way, 4″ + 1″ drivers, EU mains cables, grey

Neumann KH 80 DSP (or equivalent)

2

16

Active Studio Monitor, analog input 2-way, 5.5” + 1″ drivers, EU/UK/US mains cables, grey
Neumann KH 120 AG (or equivalent)

2

17

Audio mixer 6 mic/line inputs, 3 stereo sources USB and Sonar L.E. and Amplitube CS
Allen & Heath Z1402/X (or equivalent)

1

18 Lighting kit, including ten (10) fixtures and stands 1 required

20 16 MP optical zoom full HD digital camera for capturing 1 events and short videos

19

Acoustic treatment for technical areas (only one set) including walls, noise reduction materials and ceiling panels as needed

1

21

65” Interactive Board with built-in microphone, speaker, and touchscreen that: a) supports wireless projection, electronic whiteboard, with intelligent handwriting recognition, and; b) adopts anti-blue light technology (hardware solution) and is certified by TÜV Rheinland.

Huawei Idea Hub (or equivalent)

1

All prices must be stated before and after VAT and other applicable indirect taxes. The Contractor is expected to ensure the following:

– 14 – Revised: June 2017 BFM/FPC

  1. a)  Warranty for all items on parts and labour for a minimum period of twenty-four (24) months from the date of goods acceptance.
  2. b)  Provision of cabling and installation services, including all materials.
  3. c)  Availability of authorised technical support, warranty, and after-sales service in

    Egypt for servicing, repairs, periodic maintenance and supply of spare parts and

    maintenance consumables.

  4. d)  Provision of technical support and servicing.
  5. e)  Complete and successful installation and full functionality of all equipment and

    devices.

Task 2: Conducting training for PAT staff

The Contractor shall conduct a one-day training for the staff of the PAT IT Department (4-7 participants) on the effective use of all equipment and devices. A brief training agenda is to be submitted to UNESCO prior to the start of the training. The training is expected to be conducted after the successful installation and operationalization of the studio in September 2022.

The Contractor is expected to offer technical support to the PAT IT Department for a period of thirty (30) days after the training has concluded.

Task 3: Producing a short video clip of the installation process and training

The Contractor shall produce a video with a length of up to three (3) minutes capturing the highlights of the installation of the equipment and devices (Task 1) and the training of IT staff (Task 2). The video should be in mp4 format.

The Contractor shall edit video and audio elements of the clip, and include necessary visual and sound design. All footage and music must be rights-free and made available for UNESCO’s use.

All rights, including but not limited to title to property, copyright, trademark and patent in any work produced by the Contractor by virtue of this contract, shall be vested in UNESCO which alone shall hold all rights of use.

The deliverables are to be reviewed and approved by UNESCO Cairo Office. Payment will be made upon satisfactory completion of the deliverables.

Form AM 10-10 (June 2017)

page15image2293785376page15image2293785664

– 15 – Revised: June 2017 BFM/FPC

EXPECTED DELIVERABLE/OUTPUT

Form AM 10-10 (June 2017)

Deliverables

Delivery Date

1.Invoice for the equipment

02 Training agenda
Between 1-2 pages in length- in English

03 Video

Timeframe/total number of contract days

Required Experience and Qualifications

01 October 2022 01 November 2022

15 November 2022

page16image1876233296 page16image1876233584page16image1876233872 page16image1876234160page16image1876234448 page16image1876234864

The total number of contract days will be 30 days over a period of (3) months, from

September to November 2022.

Education

The firm/company should be composed of at least 2-4 experts in the field of audiovisual engineering, e-Learning content production, instructional design, and/or ICT in education

Work experience

– At least five (5) years of proven experience in equipping and setting up audiovisual studios
– Experience working with international organisations is desirable
– Successfully implemented minimum 2 previous projects related to equipping and setting up audio-visual studios, audio-visual engineering or related field

Languages

Excellent oral and written skills in English and Arabic.

The proposal should contain the following:

page16image2294429392

– Statement of interest highlighting relevant experience and expertise;
– Institutional profile, including a list of previous clients who benefited from similar assignments, and;
-Technical and financial proposal, including a detailed methodology for the assignment
– CVs of experts involved

page16image2294815712

– 16 – Revised: June 2017 BFM/FPC

ANNEX IV – Proposal Submission Form To form an integral part of your technical proposal

Dear Sir / Madam,

Having examined the Solicitation Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide Professional Services for the sum as may be ascertained in accordance with the Price Schedule attached herewith and made part of this Proposal.

We undertake, if our Proposal is accepted, to commence and complete delivery of all services specified in the contract within the time frame stipulated.

We agree to abide by this Proposal for a period of 90 days from the Proposal Closing Date as stipulated in the Solicitation Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

We understand that you are not bound to accept any Proposal you may receive.

Name of Bidder: Address of Bidder:

Authorised Signature:

Name & title of Authorised Signature:
Date:

Form AM 10-10 (June 2017)

page17image2294990368

TO: UNESCO

– 17 –

Revised: June 2017 BFM/FPC

Description of Activity/Item 1. Remuneration

No of man- days

Total [currency/amount]

Total [currency/amount]

ANNEX V – Price Schedule Form

No of Consultants

No of Consultants

Rate per Day [currency/ amount]

Rate per Day
[currency/ amount] days

Form AM 10-10 (June 2017)

page18image2295191968

GENERAL INSTRUCTIONS

1. The Bidder is asked to prepare the Price Schedule as a separate envelope from the rest of the RFP response as indicated in paragraph 16 (b) of the Instructions to Offerors.

2. All prices/rates quoted must be exclusive of all taxes, since the UNESCO is exempt from taxes as detailed in Annex II, Clause 18.

3. The Price Schedule must provide a detailed cost breakdown. Provide separate figures for each functional grouping or category. If the contractor is required to travel in order to perform the work described in the TOR, a lump sum must be included in the total amount or to be listed separately. No travel shall be reimbursed.

4. It is the policy of UNESCO not to grant advance payments except in unusual situations where the potential contractor whether a private firm, NGO or a government or other entity, specifies in the proposal that there are special circumstances warranting an advance payment. UNESCO, at its discretion, may however determine that such payment is not warranted or determine the conditions under which such payment would be made.

Any request for an advance payment is to be justified and documented and must be submitted with the financial proposal. This justification shall explain the need for the advance payment, itemise the amount requested and provide a time-schedule for utilisation of said amount.

Financial Proposal / Price Schedule

Request for Proposal Ref:
Total Financial Proposal [currency/amount]: Date of Submission:
Authorized Signature:

page18image2295378912 page18image2295379200 page18image2295379616 page18image2295379904 page18image2295380192 page18image2295380480 page18image2295380768 page18image2295381056page18image2295381344 page18image2295381632

Services at Home Office (if applicable)
Services on site
(if applicable)

1.1
1.2
Description of Activity/Item

No of man-

page18image2295396720 page18image2295397008 page18image2295397296 page18image2295397584 page18image2295397872 page18image2295398160 page18image2295398448 page18image2295398736page18image2295399024 page18image2295399312 page18image2295399600 page18image2295399888 page18image2295400176 page18image2295400464 page18image2295401168

2. Other Expenses

  1. 2.1  Travel
  2. 2.2  Per Diem Allowances
  3. 2.3  Communications
  4. 2.4  Reproduction and Reports
  5. 2.5  Equipment and other items
  6. 2.6  Others (please specify)

page18image2295420656 page18image2295420944 page18image2295421232 page18image2295421520 page18image2295421808 page18image2295422096 page18image2295422384 page18image2295422672page18image2295422960 page18image2295423248 page18image2295423536 page18image2295423824 page18image2295424112 page18image2295424400 page18image2295424688 page18image2295424976page18image2295425264 page18image2295425552 page18image2295425840 page18image2295426128 page18image2295426416 page18image2295426704 page18image2295426992 page18image2295427280page18image2295427568 page18image2295427856 page18image2295428144 page18image2295428432 page18image2295428720 page18image2295429008 page18image2295400752 page18image2295429200page18image2295429392 page18image2295429680 page18image2295429968 page18image2295430256 page18image2295430544 page18image2295430832 page18image2295431120 page18image2295431408page18image2295431696 page18image2295431984 page18image2295432272 page18image2295432560 page18image2295432848

– 18 –

Revised: June 2017 BFM/FPC

ANNEX VI – Vendor Information Form

General Information

Company Name: City, Country Web Site URL: Contact Person: Title:

Phone:
Email Address:

Expertise of the Bidder

Line of Business, area of expertise:

Type of business (manufacturer, distributor, etc):

Years of company experience:
Main export countries/area:
Past Contracts with other UN organizations:

References: Please provide at least three references including contact details for contracts for similar services to the one requested under this consultancy:

Form AM 10-10 (June 2017)

page19image2295119552 page19image2295119840page19image2295120192 page19image2295120480 page19image2295120768page19image2295121056 page19image2295121472 page19image2295116688page19image2295116976 page19image2295117264 page19image2295117552page19image2295117840 page19image2295118128 page19image2295118416page19image2295118960 page19image2295114192 page19image2295114384page19image2295114672 page19image2295114960 page19image2295115248page19image2295115536 page19image2295115824 page19image2295116112page19image2295549680 page19image2295549872 page19image2295550160page19image2295550448 page19image2295550736 page19image2295551024page19image2295551312 page19image2295552016 page19image2295552208 page19image2295552496

Organization Name/Country: Contact person: Telephone: 1.
2.
3.

Email:

page19image2295561136 page19image2295561424 page19image2295561712 page19image2295562000 page19image2295562288 page19image2295562576page19image2295562864 page19image2295563152 page19image2295563440 page19image2295563728 page19image2295564016 page19image2295564304page19image2295564592 page19image2295564880 page19image2295565168 page19image2295565456 page19image2295565744 page19image2295566032page19image2295566320 page19image2295566608 page19image2295566896 page19image2295567184 page19image2295567472 page19image2295567760

– 19 –

Revised: June 2017 BFM/FPC

UNESCO

  • Cairo, Egypt
  • Logistics & Procurement
  • RFP/RFQ/Tender
  • N/A
  • No
  • 5+
  • apply now
This site is registered on wpml.org as a development site.