0% found this document useful (0 votes)
7 views38 pages

RFP - Etude RDC - RECRUTEMENT DUN CENTRE DE RECHERCHE - Updated

UN Women invites vendors to submit proposals in response to a Request for Proposal (RFP) that includes various required documents and forms. Vendors must adhere to the RFP guidelines, including the Supplier Code of Conduct and eligibility criteria, and ensure compliance with ethical standards throughout the procurement process. Proposals must be submitted by the specified deadline, and any clarifications should be requested through the designated communication channels.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
7 views38 pages

RFP - Etude RDC - RECRUTEMENT DUN CENTRE DE RECHERCHE - Updated

UN Women invites vendors to submit proposals in response to a Request for Proposal (RFP) that includes various required documents and forms. Vendors must adhere to the RFP guidelines, including the Supplier Code of Conduct and eligibility criteria, and ensure compliance with ethical standards throughout the procurement process. Proposals must be submitted by the specified deadline, and any clarifications should be requested through the designated communication channels.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 38

SECTION 1.

LETTER OF INVITATION

Dear Sir/Madam,

The United Nations Entity for Gender Equality and the Empowerment of Women, hereinafter referred to
as UN Women hereby invites prospective vendors to submit a proposal(s) in accordance with the
Request for Proposal (RFP) documents, including General Conditions of Contract (GCC) and the Terms of
Reference as set out in this RFP.

To enable you to submit a proposal, please read the following documents carefully.
 Section 1. This Letter of Invitation
 Section 2. Instructions to Vendors (including referenced General Conditions of Contract and
Model Forms of Contract, available publicly on the UN Women website at:
https://www.unwomen.org/en/about-us/procurement/contract-templates-and-general-
conditions-of-contract
 Section 3. Information Sheet
 Section 4. Terms of Reference
 Section 5. Evaluation Criteria and Methodology (Requirements)

Your submission should include the following:


 Form A: Proposer Information Form (completed online)
 Form B: Voluntary Agreement to Promote Gender Equality and Women’s Empowerment
(optional - completed online)
 Form C: Technical Proposal (completed online)
 Form D: Eligibility and Qualification Form (upload document)
 Form E: Proposal Submission Form (completed online)
 Form F: Format of Financial Proposal (upload document to "From Supplier: Commercial")
 Form G: Joint Venture/Consortium/Association Information Form, if applicable
 Form H: Format For CV Of Proposed Key Personnel
 Form I: Statement of Exclusivity and Availability, if required in the solicitation documents
 Proposal Security, Performance Security and Advance Payment Forms, if required in the
solicitation documents, and using the format provided

If you are interested in submitting a proposal in response to this RFP, please prepare your proposal in
accordance with the requirements and procedure as set out in this RFP and submit it by the deadline set
out in the notice.

Should you require further clarifications, kindly communicate with the procuring office through the
“Messages” function in Quantum.

We look forward to receiving your proposal,


UN Women Procurement Section
DRC-Country Office
SECTION 2. INSTRUCTIONS TO VENDORS
GENERAL PROVISIONS
1. Scope Vendors are invited to submit a proposal for the services specified in the Terms of
Reference (TOR), in accordance with this Request for Proposal (RFP).
Vendors shall adhere to all the requirements of this RFP, including any amendment
made in writing. This RFP is conducted in accordance with Policies and Procedures of
UN Women.
2. Interpretation of the Any proposal submitted will be regarded as an offer by the vendor and does not
RFP constitute or imply the acceptance of the proposal by UN Women. UN Women is under
no obligation to award a contract to any vendor as a result of this RFP. Nothing in or in
connection with this RFP shall give rise to any liability on the part of UN Women unless
and until the contract is signed by UN Women and the successful vendor.
3. Supplier Code of All vendors must read the United Nations Supplier Code of Conduct and acknowledge
Conduct that it provides the minimum standards expected of suppliers to the UN. The Code of
Conduct, which includes principles on labour, human rights, environment, and ethical
conduct may be found at https://www.un.org/Depts/ptd/about-us/un-supplier-code-
conduct. Vendors who take part in this solicitation exercise, and willing to do business
with UN Women must take all appropriate measures to ensure that neither
themselves nor their parent, subsidiary, affiliate entities or their subcontractors are
engaged in any gender-based or other discriminatory employment practices, including
those relating to recruitment, promotion, training, remuneration, and benefits.

Moreover, vendors should note that the provisions of the Code of Conduct will be
binding on the vendor in the event that the vendor is awarded a contract, pursuant to
the terms and conditions of any such contract.

UN Women also expects all its suppliers to adhere to the principles of the United
Nations Global Compact and requests that all vendors observe the highest standard of
ethics during the entire solicitation process, as well as the duration of any contract
that may be awarded as a result of this RFP.

UN Women implements a policy of zero tolerance on proscribed practices, including


fraud1, corruption2, collusion3, unethical practices4, and obstruction5. UN Women
requires all vendors to observe the highest standard of ethics at all stages, including
pre-bidding/solicitation, during the procurement process, post-contract award, and
contract implementation.

UN Women is committed to prevent, identify, and address all acts of fraud and corrupt
practices against UN Women as well as third parties involved in UN Women activities.
In pursuance of this policy, UN Women:
(a) Shall reject a proposal if it determines that the selected vendor has engaged in
any corrupt or fraudulent practices in competing for the contract in question.
(b) Further, UN Women shall declare a vendor ineligible, either indefinitely or for a
stated period, to be awarded a contract if at any time it determines that the
vendor has engaged in any corrupt or fraudulent practices in competing for, or in
executing a UN Women contract.

4. Eligible Vendors Vendors should be a legally incorporated commercial entity with legal capacity as a
firm(s) with a valid registration, to enter into a binding commercial contract with UN

1
Fraud: any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation.
2
Corruption: the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another
party.
3
Collusive practice: an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly
the actions of another party.
4
Unethical practice: conduct or behavior that is contrary to the conflict of interest, gifts and hospitality, post-employment provisions or other
published requirements of doing business with UN Women.
5
Obstruction: acts or omissions by a Vendor that prevent or hinder UN Women from investigating instances of possible proscribed practices.
Women.

A vendor, and all parties constituting the vendor, may have the nationality of, or be
incorporated in, any country. A vendor shall be deemed to have the nationality of a
country if the vendor is constituted, incorporated, or registered and operates in
conformity with the provisions of the laws of that country.

Vendor shall not be eligible to submit a proposal if at the time of proposal submission:
is suspended by or has any pending disputes or litigations with UN Women or
other Organizations, Funds or Programs of the UN System;
has engaged in any money-laundering activities, which include, but are not
limited to: any transaction involving the transfer, disbursement,
transportation, transmission, or exchange of funds (including wire transfers
and currency exchanges) by any means.
is included in the Ineligibility List, hosted by UNGM, that aggregates information
disclosed by Agencies, Funds or Programs of the UN System;
is included in the Consolidated United Nations Security Council Sanctions List,
including the UN Security Council Resolution 1267/1989 list;
is included in the World Bank Corporate Procurement Listing of Non-Responsible
Vendors and World Bank Listing of Ineligible Firms and Individuals.

As part of the RFP exercise, by submitting a Proposal(s), vendor(s) declares that it, its
parent, affiliate and subsidiary entities:
o is/are not a company, or associated with a company or individual, under
procurement prohibition lists as stated above.
o Is/are not under formal investigation, nor has been sanctioned within the
preceding three (3) years by any national authority of a United Nations
Member State for engaging or having engaged in proscribed practices,
including but not limited to corruption, fraud, coercion, collusion,
obstruction, or any other unethical practice.
o has not declared bankruptcy, is/are not involved in bankruptcy or
receivership proceedings, and there is no judgment or pending legal action
against them that could impair their operations in the foreseeable future;
o undertakes not to engage in proscribed practices (including but not limited
to: corruption, fraud, coercion, collusion, obstruction, or any other unethical
practice), with UN Women or any other party, and to conduct business in a
manner that averts any financial, operational, reputational or other undue
risks to UN Women.
It is the vendor’s responsibility to ensure that its employees, joint venture partners,
sub- contractors, service providers, suppliers and/or their employees meet the
eligibility requirements as established by UN Women.
5. Conflict of Interest All vendors found to have a conflict of interest shall be disqualified. Vendors may be
considered to have a conflict of interest if:
o they are or have been associated in the past, with a person or an entity or
any of its affiliates that have been involved in the preparation of the design,
specifications, TOR, cost analysis/estimation and other documents to be used
for the procurement of the goods/ services/ civil works required in the
present procurement process.
o They have a close business or family relationship with a UN Women
personnel who: (i) are directly or indirectly involved in any stage of the RFP-
process of such contract; or (ii) would be involved in the implementation or
supervision of such contract;
o They have an interest in other vendors (who are submitting a proposal/s in
response to this RFP) including when they have common ownership and/or
management. Vendors shall not submit more than one proposal, except for
alternative offers, if permitted.
This will result in the disqualification of all proposals in which the vendor is involved.
Vendors must disclose any actual or potential conflict of interest in their proposal, and
they shall be deemed ineligible for this procurement process unless such conflict of
interest is resolved in a manner acceptable to UN Women. Failure to disclose any actual
or potential conflict of interest may lead to the vendor being sanctioned or debarred by
UN Women, and the proposal security (if applicable) shall be surrendered to UN
Women.
6. Proprietary The RFP documents and any Terms of Reference or information issued or furnished by
information UN Women are issued solely to enable a proposal to be completed and may not be
used for any other purpose. The RFP documents and any additional information
provided to vendors shall remain the property of UN Women. All documents which may
form part of the proposal will become the property of UN Women, and will not be
returned to vendors.
7. Publicity The UN Women name and logo may never be used by any person or entity without the
prior written agreement by UN Women.
During the RFP process, a vendor is not permitted to create any publicity in connection
with the RFP. The UN Women name and logo cannot be used to solicit public awareness
of its products or services on the basis of a connection with UN Women.
SOLICITATION DOCUMENTS
8. Clarification of Vendors may request clarifications on any of the RFP documents no later than the
Solicitation date indicated in the RFP. Any request for clarification and all other correspondence in
Documents relation to this RFP must be sent in writing through the “Messages” functionality in the
Quantum system. Communication through any other channels than as described in
the RFP at any stage of the solicitation process may be cause for the vendor’s proposal
to be compromised and ultimately rejected.

UN Women will publish the responses (including an explanation of the query but
without identifying the source of inquiry) to all prospective vendors in the Quantum
system. Responses will be made to clarification questions received by the deadline for
questions indicated in the RFP. Responses to clarification requests shall be binding for
all vendors.

Explanations or interpretations provided by UN Women personnel through the use of


other communication channels, than described above, will not be considered binding
or official.

UN Women shall endeavor to respond to clarifications expeditiously, but any delay in


such response shall not cause an obligation on the part of UN Women to extend the
submission date of the proposals unless UN Women deems that such an extension is
justified and necessary.
9. Amendment of At any time prior to the deadline for proposal submission, UN Women may for any
Solicitation reason, such as in response to a clarification requested by a vendor, modify the RFP in
Documents the form of an amendment to the RFP. Amendments will be made available to all
prospective vendors.

If the amendment is substantial, UN Women may extend the deadline for submission of
proposals to give the vendors reasonable time to modify and resubmit the proposal in
accordance with the amendment requirements.
PREPARATION OF PROPOSALS
10. Costs of Preparation The vendor shall bear all costs related to the preparation and/or submission of the
of Proposal proposal, attendance at any pre-proposal conference, meetings, or oral presentations
regardless of whether its proposal is selected or not. Vendors acknowledge that their
participation in any stage of the solicitation process for this RFP is at their own risk
and cost and shall not in any way include these as a direct cost of the assignment.
UN Women shall not be responsible or liable for those costs, regardless of the conduct
or outcome of the procurement process.
11. Language The proposal, as well as any and all related documents and correspondence exchanged
by the vendor and UN Women, shall be written in the french language, or as otherwise
indicated in the RFP. Any document furnished by the vendor in another language than
what is indicated in the RFP must be submitted together with an English translation of
relevant excerpts. In such a case, for purposes of interpretation of the Proposal, the
English translation shall govern.
12. Documents The vendor shall furnish documentary evidence of its status as an eligible and qualified
Establishing Eligibility vendor, using the forms/instructions provided in the Quantum system and providing
and Qualifications of the documents required. In order to award a contract to a vendor, its qualifications
the Vendor must be documented to UN Women’s satisfaction.
13. Technical Proposal The vendor is required to submit a technical proposal using the forms/instructions
Format and Content provided in the Quantum system and taking into consideration the requirements in
the RFP.

The technical proposal shall not include any price or financial information. A technical
proposal containing material financial information will be declared non-responsive.

References to supporting documentation, including descriptive material and


brochures should be included in the text of the Technical Proposal and the
supporting documentation attached as annexes to the Technical Proposal.

Any information in the Technical Proposal which the vendor considers proprietary,
should be clearly marked “proprietary” next to the relevant part of the text. Proprietary
information will remain internally as part of the confidential procurement process only
and will be redacted if a document containing such information is published publicly.
14. Financial Proposal The financial proposal shall be prepared using the form/instructions provided in the
Quantum system and taking into consideration the requirements in the RFP. It shall list
all major cost components associated with the services and the detailed breakdown of
such costs.

Any output and activities described in the technical proposal but not priced in the
financial proposal shall be assumed to be included in the prices of other activities or
items as well as in the final total price. Prices quoted shall be fixed during the
performance of the contract and not subject to variation on any account, unless
otherwise specified in the RFP and agreed by both parties.

Prices and other financial information must not be disclosed in any other place except
in the financial proposal. Proposals with no fixed prices will not be considered for
evaluation and will be disqualified.
15. Currencies All prices shall be quoted in the currency or currencies indicated in the RFP, or any
freely convertible currency. Where proposals are quoted in different currencies, for
the purposes of comparison of all proposals:
 UN Women will convert the currency quoted in the proposal into United Stated
Dollars (USD), in accordance with the UN Operational Rate of Exchange in force
at the time of the proposal submission deadline date and time.
 In the event that UN Women selects a proposal for an award that is quoted in a
currency different from the preferred currency, UN Women shall reserve the
right to award the contract in the currency of UN Women’s preference, using the
conversion method specified above.
16. Duties and Taxes Article II, Section 7, of the Convention on the Privileges and Immunities provides, inter
alia, that the United Nations (which includes UN Women as a subsidiary organ) is
exempt from all direct taxes, except charges for public utility services, and is exempt
from customs duties, prohibitions and restrictions on imports and exports in respect of
articles imported or exported by the United Nations for its official use. All proposals shall
be submitted net of any direct taxes and any other taxes and duties unless otherwise
specified in the RFP.
17. Proposal Validity Proposals shall remain valid for the period specified in the RFP, commencing on the
Period deadline for submission of proposals. A proposal valid for a shorter period may be
rejected by UN Women and considered non-responsive.

During the proposal validity period, the vendor shall maintain its original Proposal
without any change, including the availability of the key personnel, the proposed
rates, and the total price.
In exceptional circumstances, prior to the expiration of the proposal validity period,
UN Women may request vendors to extend the period of validity of their proposals.
The request and the responses shall be made in writing and shall be considered an
integral part of the proposal. A vendor granting the request will not be required nor
permitted to modify its proposal.

If the vendor agrees to extend the validity of its proposal, it shall be done without any
change to the original proposal but will be required to extend the validity of the
proposal security, if required, for the period of the extension, and in compliance with
the provision of-Proposal security - in all respects.
The vendor has the right to refuse to extend the validity of its proposal without
forfeiting the proposal security, if required, in which case the proposal shall not be
further evaluated.
18. Proposal Proposal security, if required, shall be provided in the amount and form indicated in
Security/Bid Bond6 the RFP. The proposal security shall be valid for a minimum of thirty (30) days after the
final date of the validity of the proposal, after which the proposal security will
automatically become null and void, unless a dispute arises in relation to the proposal
security.

The Original Proposal Security must be sent via courier or hand delivery to UN Women
procuring office. The vendor must arrange for the Original Proposal Security to be
received by UN Women procuring office before the deadline for submission of the
proposals. If the Original Proposal Security is required by the RFP but is not received by
UN Women before the deadline for submission, the offer shall be rejected.

The proposal security shall be denominated in the currency indicated in the RFP. The
proposal security shall be issued by a regulated financial institution (e.g. a bank) that is
certified by the central bank in the country where the bank is located. UN Women
may, at its discretion, reject any proposal security that does not comply with this
requirement. The proposal security shall be in one of the following forms:
a) Bank guarantee or irrevocable letter of credit, or
b) Cashier’s check, or certified check.

If the proposal security amount, or its validity period, is found to be less than is
required by UN Women, UN Women shall reject the proposal.

In the event an electronic submission is allowed in the RFP, vendors shall include a
copy of the proposal security in their electronic proposal and the original of the
proposal security must be sent via courier or hand delivered as per the instructions of
the RFP.

Unsuccessful vendors’ proposal securities will be discharged as promptly as possible


and can be physically picked up by the vendor at UN Women’s location, no later than
thirty (30) days after the expiration of the period of proposal validity, unless amended
thereafter, as prescribed by UN Women.

The Proposal security may be forfeited by UN Women, and the proposal rejected, in
the event of any, or combination, of the following conditions:
 If the vendor withdraws its offer during the period of the proposal validity, or
 In the event the successful Vendor fails:
o to sign the contract resulting from the RFP process in accordance
with the terms and conditions set forth in the RFP (and within the
timeframe required for signature), including if applicable, variation
of requirement; or
o to furnish the performance security, insurances, or other

6
The terms “Proposal Security” and “Bid Bond” are used interchangeably and have the same meaning, see the Proposal/Bid Security Form,
available online and accessible through this link: https://www.unwomen.org/en/about-us/procurement
documents that UN Women may require as a condition precedent
to the effectivity of the contract that may be awarded to the
vendor.
19. Joint Venture, A vendor may submit a proposal in association with other entities, particularly with
Consortium or an entity in the country where the goods and/or services are to be provided. If the
Association vendor is a group of legal entities that will form or have formed a Joint Venture (JV),
Consortium or Association for the proposal, each such legal entity will confirm in
their joint proposal that:
 they have designated one party to act as a lead entity, duly vested with the
authority to legally bind the members of the JV, Consortium or Association
jointly and severally, and this will be evidenced by a duly notarized
agreement among the legal entities, which will be submitted along with the
proposal; and
 if they are awarded the contract, the contract shall be entered into by and
between UN Women and the designated lead entity, who will be acting for
and on behalf of all the member entities comprising the Joint Venture,
Consortium or Association.
 all parties of such joint venture, /consortium/association shall be jointly and
severally liable to UN Women for any obligations arising from their proposal
and the contract that may be awarded to the joint
venture/consortium/association as a result of this RFP.

After the deadline for submission of the proposal, the lead entity identified to
represent the JV, Consortium or Association shall not be altered without the prior
written consent of UN Women.

If a JV, Consortium, or Association’s proposal is the proposal selected for an award, UN


Women will award the contract to the Joint Venture, Consortium or Association in the
name of its designated lead entity. The lead entity will sign the contract for and on
behalf of all other member entities.

The lead entity and the member entities of the JV, Consortium, or Association shall
abide by the provisions of Article 20 below - “Only one Proposal”- herein in respect of
submitting only one proposal.

The description of the organization of the JV, Consortium, or Association must clearly
define the expected role of each of the entities in the Joint Venture, Consortium or
Association in delivering the requirements of the RFP, both in the proposal and the JV,
Consortium or Association Agreement. All entities that comprise the JV, Consortium,
or Association shall be subject to the eligibility and qualification assessment by UN
Women.

A JV, Consortium or Association, in presenting its track record and experience, should
clearly differentiate between:
 Those that were undertaken together by the members of the JV, Consortium
or Association; and
 Those that were undertaken individually by the members of the JV,
Consortium, or Association.

Previous contracts completed by experts working individually, but who are currently
permanently or temporarily associated with any of the member entities, cannot be
claimed as the experience of the JV, Consortium or Association or those of its
members, but should only be claimed by the individual experts themselves in their
presentation of their individual credentials.

JV, Consortium, or Associations are encouraged for high value, multi-sectoral


requirements when the spectrum of expertise and resources required may not be
available within one entity.
20. Only one Proposal The vendor (including the individual members of any Joint Venture, Consortium or
Association) shall submit only one proposal, either in its own name or as part of a Joint
Venture, Consortium or Association.

Proposals submitted by two (2) or more vendors shall all be rejected if they are found to
have any of the following:
 they have at least one partner, director or shareholder in common; or
 any one of them receive or have received any direct or indirect subsidy from
the other/s; or
 they have the same legal representative for purposes of this RFP; or
 they have a relationship with each other, directly or through common third
parties, that puts them in a position to have access to information about or
influence on the proposal of another vendor regarding this RFP process.
 they are subcontractors to each other’s proposal, or a subcontractor to one
proposal also submits another proposal under its name as a lead vendor, or
some key personnel proposed to be in the team of one vendor participates
in more than one proposal received for this RFP process. This condition
relating to the personnel does not apply to subcontractors being included in
more than one proposal.
21. Alternative Unless otherwise specified in the RFP, alternative proposals shall not be considered. If
Proposals the submission of alternative proposals is allowed in the RFP, a vendor may submit an
alternative proposal, but only if it also submits a proposal conforming to the RFP
requirements. Where the conditions for its acceptance are met, or justifications are
clearly established, UN Women reserves the right to award a contract based on an
alternative proposal.

If multiple/alternative proposals are being submitted, they must be clearly marked as


“Main Proposal” and “Alternative Proposal”. If no indication is provided as to which
proposal is the main proposal and which is/are the alternative proposal(s), then all
proposals may be rejected.
22. Pre-Proposal When appropriate, a pre-proposal conference will be conducted at the date, time,
Conference and location and according to any instructions specified in the RFP.

If it is stated that the pre-proposal conference is mandatory, a Vendor who does not
attend the pre-proposal conference shall become ineligible to submit a proposal under
this RFP. If it is stated that the pre-proposal conference is not mandatory, non-
attendance shall not result in disqualification of an interested vendor.

Information about each vendor’s representatives who will attend the pre-proposal
conference shall be submitted in writing to the UN Women contact as listed in the
RFP, including the full name and position of each representative at least 48 hours
before the pre-proposal conference is to be held.

UN Women will not issue any formal answers to questions from vendors regarding the
RFP or proposal process during the pre-proposal conference. All questions shall be
submitted in writing through the “Messages” functionality in the Quantum system.

The pre-proposal conference shall be conducted for the purpose of providing


background information only. Without limiting the Article 25 below - “Vendors
Responsibility to Inform Themselves”-, vendors shall not rely upon any information,
statement, or representation made at the pre-proposal conference unless that
information, statement, or representation is confirmed by UN Women in writing.

Minutes of the pre-proposal conference will be disseminated through the Quantum


system. No verbal statement made during the conference shall modify the terms and
conditions of the RFP unless specifically incorporated in the minutes of the vendor’s
conference or issued/posted as an amendment to RFP.
23. Site inspection When appropriate, a site inspection will be conducted at the date, time, and location
and according to any instructions specified in the RFP.

If it is stated in the RFP that the site inspection is mandatory, a vendor who does not
attend the site inspection shall become ineligible to submit a proposal under this RFP.

If it is stated that the site inspection is not mandatory, non-attendance shall not result
in the disqualification of an interested vendor.

Vendors participating in a site inspection shall be responsible for:


a) Arranging for and wearing any necessary personal protective equipment,
including at a minimum: safety helmets, boots and reflective vests; and
b) Making and obtaining any travel/visa arrangements that may be required
for the vendors to participate in a site inspection.

Prior to attending a site inspection, vendors shall execute an indemnity waiver releasing
UN Women in respect of any liability that may arise from:
(i) loss of or damage to any real or personal property;
(ii) personal injury, disease or illness, or death of any person;
(iii) financial loss or expense, arising out of the carrying out of that site
inspection; and
(iv) transportation by UN Women to the site (if provided) as a result of any
accidents or malicious acts by third parties.
UN Women will not issue any formal answers to questions from vendors regarding the
RFP or solicitation process during a site inspection. All questions shall be submitted in
accordance with Article 8 – “Clarification of solicitation documents”.

A site inspection will be conducted to provide background information only. Without


limiting the Article 25 - “Vendors Responsibility to inform themselves”- vendors shall
not rely upon any information, statement, or representation made at a site inspection
unless that information, statement, or representation is confirmed by UN Women in
writing.
24. Errors or Omissions Vendors shall immediately notify UN Women in writing of any ambiguities, errors,
omissions, discrepancies, inconsistencies, or other faults in any part of the RFP, with full
details of those ambiguities, errors, omissions, discrepancies, inconsistencies or other
faults, and clarify their proposal. Vendors shall not benefit from such ambiguities,
errors, omissions, discrepancies, inconsistencies, or other faults.
25. Vendors Vendors shall be responsible for informing themselves in preparing their proposals. In
Responsibility to this regard, vendors shall ensure that they:
Inform Themselves  examine and fully inform themselves in relation to all aspects of the RFP,
including the general conditions of contract and terms and conditions of the
specific contract, and all other documents included or referred to in this RFP;
 review the RFP to ensure that they have a complete copy of all documents;
 obtain through the Quantum system and examine all other information relevant
to the project and the scope of the requirements available on reasonable
inquiry;
 verify all relevant representations, statements, and information, including those
contained or referred to in the RFP or made orally during any clarification
meeting or site Inspection or any discussion with UN Women, its employees or
personnel;
 attend any pre-proposal conference or a site inspection if it is mandatory under
this RFP;
 fully inform and satisfy themselves as to requirements of any relevant
authorities and laws that apply, or may in the future apply, to the provision of
the goods/services/works; and
 form their own assessment of the nature and extent of the services required as
included in the Terms of Reference and other relevant documents, and properly
account for all requirements in their proposal.
Vendors acknowledge that they have not relied upon any information not included in
this RFP, and that UN Women, its directors, employees, and personnel make no
representations or warranties (express or implied) as to the accuracy or completeness
of this RFP or any other information provided to the vendors.
26. No Material The vendor shall inform UN Women of any change(s) of circumstances arising during
Change(s) in the RFP process, including but not limited to:
Circumstances  a change affecting any declaration, accreditation, license or approval;
 re-organizational changes, company re-structuring, a take-over, buy-out or
similar event(s) affecting the operation and/or financing of the vendor or its
major sub-contractors;
 a change to any information on which UN Women may rely in assessing
proposals.
27. Instruction for The vendor shall submit a complete proposal electronically through the Quantum
Proposal Submission system. The original Proposal Security, if required, must be sent via courier or hand-
delivered, in addition to the electronic copy (as described under Article 18 – “Proposal
Security/Bid Bond” above).

Electronic files that form part of the Proposal must be documents and forms in
accordance with the format and requirements indicated in the RFP (use the templates
provided, where applicable).

Documents related to the Technical and the Financial parts of the Proposal must be
submitted in separate envelopes, named respectively the “Technical” and the
“Commercial” (Financial). The Proposal shall be submitted through the “Negotiations”
section of the “Supplier Portal” in the Quantum system. The Proposal shall consist of
the documents listed in the RFP.
Documents containing any information on the financial aspects of the Proposal MUST
be attached only to the Commercial (Financial) Envelope. Failure to do so may result in
disqualification.

The proposal shall be signed by the vendor’s representative duly authorized to commit
the proposal. The authorization shall be communicated through a document
evidencing such authorization issued by the legal representative of the proposing
entity, or, if requested, a Power of Attorney, accompanying the proposal.

Vendors must be aware that the mere act of submission of a proposal, in and of itself,
implies that the vendor fully accepts the UN Women General Conditions of Contracts
and the terms and conditions of the specific contract.
28. Deadline for Complete proposals must be received by UN Women in the manner, and no later than
Proposal Submission the date and time, specified in this document and the RFP. If any doubt exists as to the
time zone in which the Proposal should be submitted, refer to
http://www.timeanddate.com/worldclock/. It shall be the sole responsibility of the
vendors to ensure that their proposal is received by UN Women by the closing date and
time. UN Women shall accept no responsibility for proposals that arrive late due to the
courier company or any technical issues and shall only recognize the actual date and
time that the proposal was received by UN Women. Any proposals received after the
stipulated deadline will be rejected.
29. Withdrawal, A vendor may withdraw, substitute or modify its proposal after it has been submitted
Substitution, and at any time prior to the deadline for submission. In case of withdrawal, the vendor
Modification of shall send a written notice to UN Women through the “Messages” functionality in
Proposals Quantum, duly signed by an authorized representative, and shall include a copy of the
authorization (or a Power of Attorney). In case of substitution or modification of the
proposal, if any, the vendor shall resubmit their proposal in the Quantum system. The
substituted or modified proposal shall supersede the initial proposal.

It is the responsibility of the vendor to properly follow the portal instructions. Detailed
instructions on how to cancel or modify a proposal directly in the portal are provided
in relevant guidelines. However, after the deadline for proposal submission, the
proposals shall remain valid and open for acceptance by UN Women for the entire
proposal validity period, which may be extended.

Any samples submitted with respect to the RFP will be made available for collection by
the vendor that submitted it within 15 days of notification of the outcome of the
solicitation by UN Women. Otherwise, UN Women shall have the right to discard such
samples without further notice to the vendor. UN Women shall not be responsible to
return any samples to the vendor at UN Women’s cost.
30. Storage of Proposals Proposals received prior to the deadline of submission and the time of opening shall be
securely kept unopened until the proposal opening date stated in the RFP. No
responsibility shall be attached to UN Women for prematurely opening an improperly
addressed and/or identified proposal.
31. Proposal Opening There is no public proposal opening for RFPs. UN Women will open the proposals
through the Quantum system in accordance with its internal regulations, policies and
procedures.
There will be separate proposal openings for technical and financial proposals. Vendor
Proposals that include both Technical and Commercial (Financial) proposals together
will be rejected.
32. Late Proposals Late proposals are any submissions received after the deadline and will be rejected
and automatically disqualified from consideration.

It will be the vendor’s responsibility to collect any hard copies of any documents or
samples if submitted with their proposals within a specified period of business days if
they wish to do so. UN Women may dispose of such documents or samples not
collected after a specified period.
33. Confidentiality Information relating to the examination, evaluation, comparison and post-qualification
of proposals, and the recommendation of contract award, shall be treated as strictly
confidential and shall not be disclosed to vendors or any other persons not officially
concerned with such process, even after publication of the contract award, except as
otherwise set out herein.
Any effort by a vendor or anyone on behalf of the vendor to influence UN Women in
the examination, evaluation, and comparison of the proposals or contract award
decisions; or any effort by a vendor or anyone on behalf of the vendor to obtain
proprietary information from any sources, including UN Women personnel, other than
using the Quantum system, at UN Women’s decision, may result in the rejection of its
proposal and may also subsequently be subject to the application of prevailing UN
Women’s vendor sanctions procedures.

Notwithstanding this instruction, from the time of proposal opening to the time of
Contract Award, if any Vendor wishes to contact UN Women on any matter related to
the solicitation process, they should do so in writing through the Quantum system.
EVALUATION OF PROPOSALS
34. Evaluation of UN Women shall evaluate a proposal using the methodologies and criteria defined in
Proposals this RFP.
UN Women shall conduct the evaluation solely on the basis of the technical and
commercial (financial) proposals, duly submitted.
Evaluation of proposals shall be undertaken in the following steps:
 Preliminary examination
 Evaluation of minimum eligibility and qualification
 Evaluation of technical proposals
 Evaluation of financial proposals
The above steps are further explained below.
After completion of the evaluation, but prior to award, UN Women shall conduct a
Post- qualification assessment of the vendor recommended for award (if pre-
qualification was not done) as per Article 38 - “Post-qualification”.
35. Preliminary UN Women shall examine the proposals to determine whether they are: submitted
Examination before the deadline, complete with respect to minimum documentary requirements,
whether the documents have been properly signed, and whether the proposals are
generally in order, among other indicators that may be used at this stage.

UN Women may reject any proposal during the preliminary examination which does not
comply with the minimum requirements set out in this RFP, without further
consultation with the vendor.
36. Evaluation of Eligibility and qualification of the vendor will be evaluated against the minimum
Eligibility and eligibility and qualification requirements specified in this RFP document and the Article
Qualification 4 - “Eligible vendors”.
37. Evaluation of The evaluation committee shall review and evaluate the technical proposals based on
Technical and their responsiveness to the Terms of Reference and other RFP documents, applying
Financial Proposals the evaluation criteria, sub-criteria, and points system specified in the RFP. A proposal
shall be rendered non- responsive at the technical evaluation stage if it fails to achieve
the minimum technical score indicated in the RFP. When necessary, and if stated in
the RFP, UN Women may invite technically responsive vendor/s for a presentation
related to their technical proposals.

In the next stage, only the financial proposals of those vendors who achieve the
minimum technical score will be opened for evaluation.

The evaluation method that applies for this RFP shall be as indicated in the RFP, which
may be either of two (2) possible methods, as follows: (a) the combined scoring
method which will be based on a combination of the technical and financial score, or
(b) the lowest priced method which selects the lowest evaluated financial proposal of
the technically responsive vendors;

When the RFP specifies a cumulative (composite) scoring method, the formula for the
rating of the proposals will be as follows:

The maximum number of points assigned to the financial proposal is allocated to the
lowest- priced proposal. All other price proposals receive points in inverse proportion.
The formula is as follows:
p = y (μ/z)
Where:
p = points for the financial proposal being evaluated
y = maximum number of points for the financial proposal
μ = price of the lowest-priced proposal
z = price of the proposal being evaluated
The proposal obtaining the overall highest score after adding the score of the technical
proposal and the financial proposal is the proposal that offers the best value for money.
38. Post-qualification UN Women reserves the right to undertake a post-qualification assessment,
aimed at determining, to its satisfaction, the validity/authenticity of the information
provided by the vendor.

Such exercise shall be fully documented and may include, but is not limited to, all or
any combination of the following:
a) Verification of accuracy, correctness, and authenticity of the information
provided by the vendor;
b) Validation of extent of compliance to the RFP requirements and
evaluation criteria based on what has so far been found by the evaluation
committee;
c) Inquiry and reference checking with Government entities with jurisdiction
on the vendor, or with previous clients, or any other entity that may have
done business with the vendor;
d) Inquiry and reference checking with previous clients on the performance
of on- going or completed contracts, including physical inspections of
previous works, as deemed necessary;
e) Physical inspection of the vendor’s offices, branches or other places where
business
transpires, with or without notice to the vendor;
f) Other means that UN Women may deem appropriate, at any stage within
the selection process, prior to awarding the contract.
After completion of the evaluation but prior to award, UN Women may carry out
audits of the vendor’s accounting records and financial statements and conduct
background checks/due diligence on the vendor recommended for award, to confirm
the vendor meets the criteria set forth in the RFP or as appropriate to the nature of
the procurement process. UN Women may reject a vendor on the basis of such
findings.

Vendor shall permit UN Women representatives to access their facilities at any


reasonable time to inspect the vendor’s premises.
39. Clarification of To assist in the examination, evaluation and comparison of proposals, UN Women
Proposals without may, at its discretion, ask the vendor for clarification of its proposal (without material
material deviation deviation, reservation, or omission). 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. UN Women may use such information in interpreting and
evaluating the relevant proposal but is under no obligation to take it into account.

Any unsolicited clarification submitted by a vendor with respect to its proposal which
is not a response to a request by UN Women, shall not be considered during the
review and evaluation of the proposals.

Clarification requests do not signify an intent to award to that vendor. Proposals may
still be rejected after clarifications are received if the information is not sufficient for
technical requirements or pricing data.
40. Responsiveness of UN Women’s determination of a proposal’s responsiveness is to be based on the
Proposal contents of the proposal itself without recourse to extrinsic evidence. A substantially
responsive proposal is one that conforms to all the terms, conditions, TOR, and other
requirements of the RFP without material deviation, reservation, or omission. A
material deviation, reservation, or omission is one that:
a) affects in any substantial way the scope, quality, or performance of the
services specified in the contract; or
b) limits in any substantial way, inconsistent with the solicitation
documents, UN Women’s rights or the vendor’s obligations under the
contract; or
c) if rectified would unfairly affect the competitive position of other vendors
presenting substantially responsive proposals.

If a proposal is not substantially responsive, it shall be rejected by UN Women and may


not subsequently be made responsive by the vendor by correction of the material
deviation, reservation, or omission.
41. Nonconformities, Provided that a proposal is substantially responsive, UN Women may waive any non-
Reparable Errors conformities or omissions in the proposal that, in the opinion of UN Women, do not
and Omission constitute a material deviation. These are a matter of form and not of substance and
can be corrected or waived without being prejudicial to other vendors.

Provided that a proposal is substantially responsive, UN Women may request the


vendor to submit the necessary information or documentation, within a reasonable
period, to rectify nonmaterial nonconformities or omissions in the proposal related to
documentation requirements. Such omission shall not be related to any aspect of the
price of the proposal. Failure of the vendor to comply with the request may result in the
rejection of its proposal.
AWARD OF CONTRACT
43. Award Criteria Prior to the expiration of the proposal validity, UN Women shall make every effort to
award the contract to the qualified vendor based on the award criteria indicated in the
RFP. When making the award decision, and other stages of procurement, due
consideration will be given to the general principles of UN Women procurement. UN
Women reserves the right to conduct negotiations with the vendor recommended for
award on the content of their proposal.

The contract may be awarded for one or more lots/items at the discretion of UN
Women.

It is UN Women’s intention to issue the contract as presented in the RFP. Therefore,


vendors should ensure any due diligence regarding the legal review and ability to
comply with general conditions of contract and terms and conditions of the specific
contract is undertaken prior to the submission of the proposal. Submission of a
proposal will be confirmation of accepting UN Women general conditions of contract
and terms and conditions of the specific contract.
44. Right to Vary At the time the contract is awarded, UN Women reserves the right to increase or
Requirement at the decrease the quantity of services originally specified in the Terms of Reference, by up to
Time of the Award a maximum twenty- five percent (25%), provided this does not exceed the percentages
specified in the RFP and without any change in the unit prices or other terms and
conditions of the proposal and the solicitation document. If there is any restriction
associated with the quantity, the vendor must clearly state such restrictions and any
price variation in their financial offer.
45. Notification of Prior to the expiration of the period of proposal validity, UN Women will notify the
Award successful vendor in writing by email, fax, or post, that its proposal has been accepted.

After the award process is concluded and the decision is made, UN Women will share
with the winning vendor(s) the finalized contract. Within ten (10) calendar days of
receipt of the contract from UN Women, the successful vendor(s) shall sign, date and
return the signed contract to UN Women.

Failure to sign and return the contract as instructed allows UN Women to annul the
award, reject the offer and launch a new solicitation process or proceed to select other
vendor(s). Failure may also result in the forfeit of the proposal security (if any). UN
Women further reserves the right to suspend, debar, sanction successful vendor(s)
from doing any business with UN Women and any other UN Organization, Agency, Fund
or Programme.
46. Debriefing Normally, UN Women does not offer a detailed debrief to involved unsuccessful
vendors on any tender exercise. In the event that a vendor is unsuccessful, and in case
of high-value or highly complex contracts, the vendor may request a debriefing from
UN Women and UN Women may, in its own discretion, offer a debriefing in writing.
The purpose of the debriefing is to discuss the strengths and weaknesses of the
vendor’s submission, in order to assist the vendor in improving its future proposals for
UN Women procurement opportunities. The scope of such debriefing is upon UN
Women to decide. The content of other proposals and how they compare to the
vendor’s submission shall not be discussed.
47. Publication of Disclosure of awards will be made transparent to the general public through the
Contract Award publication of Notice of awards on the UN Women website and/or UNGM, for
awards valued at USD 100,000 and above. The information posted will contain the
following:
 Name of the contractor (unless for security reasons, and based on the
request of the contractor it is not disclosed);
 Beneficiary Country;
 Contract amount in USD;
 A general description of the contract
48. Performance The successful Vendor, if so specified in the RFP shall furnish a Performance Security in
Security the amount and form specified therein, within the specified number of days after
receipt of the Contract from UN Women. Banks issuing performance securities must
be acceptable to UN Women, i.e. banks certified by the central bank of the country to
operate as a commercial bank. UN Women shall promptly discharge the proposal
securities of the unsuccessful vendors pursuant to the Article 18 - “Proposal
security/Bid Bond”. The format of the Performance Security is publicly available on the
UN Women website.

Failure of the successful vendor to submit the above-mentioned Performance Security


or sign the Contract shall constitute sufficient grounds for the annulment of the award
and forfeiture of the proposal security. In that event, UN Women may award the
contract to the next ranked vendor or cancel the solicitation process.
49. Payment terms and UN Women shall affect payment to the vendor within 30 days after satisfactory receipt
Bank Guarantee for of the goods/services and upon submission of payment documentation and
Advance Payment acceptance of the documentation by UN Women, unless otherwise stated in the RFP.
Payment will be affected by bank transfer in the currency of contract.

Except when the interests of UN Women so require, it is UN Women’s standard


practice not to make any advance payment(s) (i.e., payments without having received
any outputs). Advance payments may not be made unless in exceptional
circumstances and with appropriate authorization. Any request for advance payment
must be justified and documented in the Financial Proposal. The justification must
explain the need for the advance payment, itemize the amount requested, and
provide a time-schedule for utilization of the requested advance payment amount.

A vendor shall not be permitted to request advance payment at a later stage if s/he
fails to apply for advance payment in accordance with the provisions above.

If the request for an advance payment is approved and the advance payment is
allowed, UN Women shall require the vendor to submit a Bank Guarantee in the full
amount of the advance payment. Banks issuing bank guarantees must be acceptable to
UN Women, i.e., banks certified by the central bank of the country to operate as a
commercial bank.
50. Contract UN Women will continuously monitor contractors’ performance during the contract-
Management, life and will conduct performance evaluation based on Key Performance Indicators
Liquidated Damages (KPIs) or Service Level Agreements (SLA).
and Warranties
If specified in the RFP, UN Women shall apply Liquidated Damages for the damages
and/or risks caused to UN Women resulting from the Contractor’s delays or breach of
its obligations as per the Contract. The payment or deduction of such liquidated
damages shall not relieve the Contractor from any of its other obligations or liabilities
pursuant to any current contract or purchase order.
51. Proposal Protest UN Women’s vendor protest procedure provides an opportunity for appeal to vendors
who believe that they have been unjustly treated in connection with this RFP. The
vendor protest procedure is available online and accessible from this link:
http://www.unwomen.org/en/about-us/procurement/vendor-protest-procedure,
which provides further details regarding UN Women’s vendor protest procedures.

Vendors, their affiliates, subsidiaries, agents, intermediaries, and principals must


cooperate with the Internal Audit Service (IAS) of UN Women’s Independent
Evaluation and Audit Services as well as with other investigations authorized by the
Executive Director and with the UN Women Ethics Office as and when required. Such
cooperation shall include, but not be limited to the following: access to all employees,
representatives, agents, and assignees of the Vendor; as well as the production of all
documents requested, including financial records. Failure to fully cooperate with
investigations will be considered sufficient grounds to allow UN Women to repudiate
and terminate the contract and to debar and remove the vendor from UN Women’s
list of registered suppliers.
52. Inter-Agency In the event of UN Women signing a Long-Term Agreement (LTA), any UN Women
Applicability business unit, including, but not limited to, a Headquarters unit, a Country Office or a
Regional Office, as well as any United Nations entity, may benefit from the retainer
and order Goods and/or Services from the Contracted Vendor, unless otherwise stated
in the RFP.
53. Gender-Responsive In support of UN Women’s mandates, proposals from eligible women-owned
and Sustainable businesses (a legal entity that is more than 51% owned, managed and controlled by
Procurement one or more women) are encouraged.

In the case where more than one fully responsive offers receive the same score,
which is the highest combined score for technical and financial proposals, UN
Women will award the contract to the entity that is women-owned. If more than one
company is women-owned, UN Women will request the Best and Final Offer (BAFO)
from all those which are women-owned entities. In the case none of the highest-
ranking offers are women-owned, UN Women will request BAFO from all those who
received identical score, which is the highest combined score for technical and
financial proposals.

UN Women expects all vendors in the areas of, including but not limited to,
transportation, facilities and meeting venues, to include disability considerations for the
services to be accessible for all, where applicable.
SECTION 3. INFORMATION SHEET
Title of requirement RFP POUR LE RECRUTEMENT D’UN CENTRE DE
RECHERCHE POUR LA MISE EN PLACE D’UNE
ENQUÊTE QUANTITATIVE SUR LA VIOLENCE
CONTRE LES FEMMES EN POLITIQUE EN RDC.
Deadline for Submitting Clarification 3 days before deadline for responses.
Questions
Offer Validity Period 120 business days
Value Added Tax on Proceed Quotation7 Must be exclusive of VAT and other applicable indirect taxes
Pre-Proposal Conference: Facultatif
Date et heure : 5.09.2024 (en ligne)
Lieu : Veuillez-vous inscrire à la conférence de pré-proposition
par le biais de la fonctionnalité « Messages » de Quantum ERP.
Se référer aux instructions aux vendeurs sur les protocoles de
participation à la conférence de pré-proposition.
Proposal Security Non requis
Performance Security Non requis

Liquidated Damages Will not be imposed

Partial Proposals (Require Full Quantity)


Submitting proposals for parts or sub-parts of the ToR is not allowed.

Alternative Proposals (Allow Multiple Shall not be considered.


Responses)
Site Inspection Ne sera pas imposé
Contract award to one or more vendor ONU Femmes attribuera un contrat pour :
Un seul proposant.
Method of Evaluation Cumulative Analysis
(RFP - Two-envelope system)
Technical Proposal (points) Technical proposal maximum points
700 points
Pass Score 70%
(490 of 700 points)
Financial Proposal (points) - for cumulative Financial proposal maximum points
analysis method only 300 points
Financial Weighting (%) – for cumulative [financial points / (financial + technical points)]
analysis method only
Type of contract award (or Outcome of the Contract Order
process)
Other information related to the RFP La proposition technique doit être présentée en francais et tous
les documents exigés dans le cadre de cet appel d’offre doivent
être joints.

7
The decision on inclusion of VAT and any other taxes in financial proposals shall be based on the local legislation and SBAA agreement with
the host country/-ies of the relevant Office ordering or performing the payment for the services. Depending on host countries, UN Women may
be exempt from payment of direct and indirect taxes or may be required to pay the taxes and request reimbursement by submitting tax
invoices.
SECTION 4. TERMS OF REFERENCE
Termes de références pour le recrutement d’un centre de recherche pour la mise en place
d’une enquête quantitative sur les violences contre les femmes en politique en RDC.

I. CONTEXTE ET JUSTIFICATION

ONU Femmes, fondée sur la vision de l’égalité inscrite dans la Charte des Nations Unies,
œuvre pour l’élimination de la discrimination à l’égard des femmes et des filles ;
l’autonomisation des femmes ; et la réalisation de l’égalité entre les femmes et les hommes
en tant que partenaires et bénéficiaires du développement, des droits de l’homme, de l’action
humanitaire, de la paix et de la sécurité.

Le leadership et la participation politique des femmes sont l’un des principaux domaines
d’activité d’ONU Femmes, tel qu’il a été mandaté lors de sa création, reconnaissant le rôle
essentiel des femmes dans des processus démocratiques solides et stables. Par
l’intermédiaire de sa section gouvernance, participation politique et leadership, ONU Femmes
s’efforce de mettre en œuvre le produit 4 du Plan stratégique 2018 -2022 de l’Entité : « Un
plus grand nombre de femmes de tous âges participent, dirigent et s’engagent pleinement
dans les institutions et les processus politiques ».

Pour promouvoir le leadership et la participation des femmes à tous les niveaux des processus
de prise de décision, ONU Femmes travaille avec un éventail de parties prenantes, y compris
les femmes dirigeantes et les candidates, les parlements nationaux et les parlementaires, les
partis politiques, les médias, les organisations de la société civile et les organes de gestion des
élections, en coordination avec les entités partenaires des Nations Unies. par le biais d’un
large éventail d’interventions, notamment : i) soutenir des réformes juridiques tenant compte
de l’égalité des sexes et des processus institutionnels visant à faire progresser la participation
et la représentation des femmes (y compris des initiatives visant à lutter contre la violence à
l’égard des femmes en politique) ; ii) renforcer les capacités des femmes dirigeantes et des
candidates en herbe ; iii) promouvoir le changement des normes de genre par le biais
d’initiatives de plaidoyer et de sensibilisation ciblant les communautés, les dirigeants
politiques et les médias ; iv) et soutenir les femmes dirigeantes dans les institutions politiques
sensibles à l’égalité des sexes.

Égalité des sexes et participation politique des femmes en RDC

La République Démocratique du Congo a pris des mesures en faveur de l’égalité des sexes et
de l’autonomisation des femmes (GEWE) par le biais d’importantes interventions législatives,
politiques et programmatiques. La Constitution de 2006, qui définit les dispositions relatives à
la justice sociale et à l’inclusion pour mettre fin à la discrimination et aux inégalités à son
article 14, a créé un environnement normatif propice à la promotion du GENRE. En outre, La
RDC a adopté des lois et politiques tenant compte de l’égalité des sexes qui promeuvent et
protègent officiellement les droits des femmes, interdisent explicitement la discrimination à
l’égard des femmes et garantissent le droit des femmes d’être protégées contre tout acte de
violence ou d’exploitation physique, mentale, sexuelle, psychologique ou autre, pour quelque
motif que ce soit.

En République Démocratique du Congo, l’organisation des élections Nationales, Provinciale et


municipales de 2023 a marqué le début d’une nouvelle ère pour l’égalité des sexes dans la vie
politique et publique. A ce jour, l’Assemblée nationale compte 10% des femmes élues aux
élections législatives nationales de 2018, 19 % au Senat et 10 % aux élections provinciales de
la même année. À la suite des mesures incitatives introduites dans la loi électorale et dans
ses mesures d’application de 2022 8, on espère obtenir une augmentation significative de la
participation politique des femmes au parlement et au niveau des instances locales. Par
ailleurs, il y a lieu de noter que le premier mandant du président a été marqué par une
volonté affirmée de promouvoir les femmes en les nommant à des postes de haute
responsabilité et jadis réservés aux hommes (27% de femmes au gouvernement). Cette
avancée offre une occasion sans précédent d’approfondir la démocratie et la gouvernance
inclusive sensible au genre dans le pays.

Dans le même temps, les représentantes élues – en particulier celles qui occupent un poste
politique se heurtent à des obstacles majeurs. Il s’agit à la fois d’obstacles individuels (par
exemple, le manque d’éducation et d’expérience politique, le manque de confiance en soi et
d’estime de soi) et d’obstacles institutionnels (par exemple, le manque de confiance dans le
leadership des femmes, les attitudes sexistes, l’accès limité à la prise de décision). Bon
nombre de ces obstacles sont profondément enracinés dans des normes sociales genrées au
sein d’une structure sociale patriarcale qui dévalorisent les femmes et peuvent avoir un
impact sur leur capacité ou leur volonté de poursuivre et de capitaliser sur leurs rôles de
leadership acquis après les élections de 2018. L’exclusion et d’autres hiérarchies sociales et
économiques (fondées sur la caste, la classe, l’ethnie, la géographie, les capacités physiques,
l’âge ou la religion) marginalisent et désavantagent davantage certains groupes de femmes
élues – en particulier les femmes vivant avec handicap, autochtones et les empêchent de
participer effectivement aux activités de la cité en tant que dirigeantes et représentantes de
la communauté.

La violence à l’égard des femmes en politique en RDC

Il est inquiétant de constater que certaines données indiquent que l’augmentation de la


représentation politique des femmes s’est accompagnée d’une augmentation des niveaux de
violence à l’égard des femmes en politique, ce qui empêche les femmes d’exercer
efficacement leurs droits politiques. De nombreuses femmes ont commencé à subir des
violences à la maison dès le moment de présenter leur candidature. En outre, des
informations ont fait état d’une augmentation du harcèlement, de l’intimidation et des abus
psychologiques, physiques et sexuels à l’encontre des représentantes élues à la suite des
élections de 2023. Plusieurs participantes à l’étude initiée par ONU Femmes avec le
financement de la Suède en 2019 ont noté que les candidates aux élections de 2018 étaient
confrontées, lors de la campagne électorale, à une pression croissante des candidats et des
communautés9. Celles qui sont en fonction mentionnent qu’elles ont souvent un pouvoir de
négociation limité et qu’elles sont souvent réduites au silence par leurs collègues hommes
qui, du reste, sont majoritaires dans les assemblées nationales et provinciales.

8
Article 13 de la loi électorale de 2023 , article 30, 31 et 32 des mesures d’application.
9
Etude menée par ONU Femmes : participation politique et influence des femmes en politique, 2019
Ces données concordent avec beaucoup des déclarations en rapport avec la violence à l’égard
des femmes dans l’espace politique en RDC. Lors des élections de 2023, par exemple, les
défenseurs des droits de femmes rapportent que les femmes, qu’elles soient candidates,
électrices ou observatrices, ont subi des violences physiques, y compris sexuelles, mais aussi
morales et psychologiques pendant les élections, à Kole Centre, dans la province du Sankuru ;
Kananga, dans le Kasaï-Central ; Lubumbashi, dans le Haut-Katanga ; ou à Bunia, dans la
province de l’Ituri.

Un phénomène mondial, avec des données limitées

Bien que les preuves et les données sur la violence à l’égard des femmes soient encore
largement anecdotiques en République Démocratique du Congo et ailleurs, il est de plus en
plus reconnu à l’échelle mondiale qu’il est crucial de documenter, de prévenir et d’y
répondre. Lors d’une réunion d’un groupe d’experts sur la violence à l’égard des femmes en
2018, la Rapporteuse spéciale des Nations Unies sur la violence à l’égard des femmes, ses
causes et ses conséquences (SRVAW) a souligné l’importance de la collecte, du suivi et de
l’analyse des données sur la violence à l’égard des femmes en politique à l’échelle nationale, y
compris sur les féminicides, afin de concevoir de meilleures stratégies de prévention. Dans le
rapport qu’elle a présenté ultérieurement à l’Assemblée générale, la SRVAW a réitéré
l’importance de la documentation pour surmonter la « normalisation de la violence », en
particulier lorsque les informations sur la violence à l’égard des femmes en tant que
phénomène sont discréditées. La SRVAW a recommandé aux États de renforcer la capacité de
toutes les institutions de l’État, y compris les parlements et les organes électoraux, afin de
garantir que les femmes puissent exercer leurs droits politiques sans subir de violence fondée
sur le genre, et d’engager des discussions transparentes sur la prévention de la violence à
l’égard des femmes, notamment en menant des enquêtes sur la prévalence et en créant des
mécanismes de procédures de plainte efficaces. 10

II. OBJECTIF

L’Objectif de la mission est de mener une étude quantitative sur les violences à l’égard des
femmes en politique en RDC. il s’agira de :
- Collecter et analyser les données en rapport avec les violences à l’égard des femmes en
politique en RDC afin de documenter les expériences des femmes en politique, en
mettant l’accent sur l’évaluation des obstacles à la participation politique des femmes, y
compris l’expérience de la violence, l’ampleur, les formes de violence, les facteurs de
risque et de protection, le comportement de recherche d’aide et les conséquences qu’elle
peut avoir sur la santé des femmes, leur bien-être, ainsi que leur participation politique et
leur leadership.
- Compléter ces informations par une évaluation du cadre législatif et politique national sur
la participation politique des femmes et la violence à l’égard des femmes,
- Identifier les points d’entrée pour renforcer le cadre de suivi, normatif et institutionnel
relatif à la violence à l’égard des femmes.
III. Méthodologie
10
ONU Femmes (2018), La violence à l’égard des femmes en politique : rapport et recommandations de la réunion du groupe
d’experts
L’étude va recourir à une méthodologie mixte (quantitative et qualitative) qui comprend les
éléments suivants :
1. Tenir des réunions avec le comité d’assurance/qualité et concevoir des outils de
collecte de données, une base d’échantillonnage et une stratégie de test pour l’enquête
quantitative.

Le contractant concevra et testera la méthodologie et les outils de recherche sous la direction et


la supervision de l’équipe technique d’ONU Femmes et des contributions du comité d’assurance
qualité mis en place par ONU Femmes. Les instruments de collecte de données comprendront
des guides d’entrevue, des protocoles de groupes de discussion, des questionnaires d’enquête et
du matériel de formation, au besoin. Tous les documents seront conformes aux exigences en
matière d’éthique et de confidentialité de la recherche, conformément au principe de ne pas
nuire et aux recommandations de l’OMS en matière d’éthique et de sécurité pour la recherche
interventionnelle sur la violence à l’égard des femmes, ainsi qu’aux considérations relatives à
l’intégration et à l’opérationnalisation du principe de ne laisser personne de côté (LNOB). Tous
les outils doivent être en français (et dans les langues locales si nécessaire). La conception de la
recherche tiendra compte des besoins des personnes handicapées et y répondra.

3. Élaborer un plan de collecte de données conforme au type d’enquête choisi et au


plan d’échantillonnage en précisant le calendrier des activités, le nombre et la
sélection des recenseurs et des superviseurs, ainsi que les mécanismes d’assurance
de la qualité pour la collecte des données.

Il peut être demandé au contractant de collaborer avec un organisme gouvernemental pour


l’administration de l’enquête, si cela est jugé efficace pour faciliter la collecte de données et
l’accès aux femmes politiques. En outre, la protection des données doit être une priorité
conformément aux cadres juridiques et aux meilleures pratiques internationaux et nationaux
pertinents. En raison de la nature sensible de l’étude, ONU Femmes hébergera toutes les données
de l’étude sur ses installations de stockage virtuel protégées. Le contractant transférera toutes les
données relatives à l’étude à ONU Femmes à la fin du projet. Aucune copie ne doit être
conservée chez le contractant. Le cryptage de toutes les données, y compris l’identité des
répondants, ainsi que les réponses aux questionnaires peuvent être envisagés à la discrétion
d’ONU Femmes.
4. Proposer le type d’enquête quantitative et élaborer un plan d’échantillonnage pour
l’enquête quantitative.

Un échantillonnage stratifié et téléologique d’un échantillon représentatif de WPA élus en 2023


sera utilisé. Le plan d’échantillonnage de l’enquête sera conçu en collaboration avec l’équipe
technique afin d’assurer une efficacité maximale ainsi qu’une représentation adéquate des
femmes occupant des postes spécifiques dans l’administration locale (maires, maires adjoints),
des femmes appartenant à des groupes exclus. La taille de l’échantillon doit être suffisamment
grande pour permettre d’évaluer, au minimum, l’ampleur et les formes de violence à l’égard des
femmes dans son ensemble et, sous réserve des ressources disponibles, pour des groupes
spécifiques de femmes, comme indiqué ci-dessus.
5. Élaborer une stratégie de mise à l’essai, y compris la spécification du nombre de
répondants et de leur protocole de sélection pour tester les outils conçus, ainsi
qu’une formation pilote, pour les outils, en fonction du type d’enquête proposé.

La formation pilote pour les recenseurs et les superviseurs sera conçue en s’appuyant sur les
directives de l’OMS et de l’UNSD, couvrant les concepts et les préoccupations du GEWE ainsi
que l’éthique et la confidentialité de la recherche. Conformément aux lignes directrices sur les
pratiques exemplaires, les agents recenseurs devront être formés pour comprendre les
déclencheurs de « Ne pas nuire » et être équipés d’informations d’aiguillage pour la sécurité et le
soutien psychosocial pour les répondants et les recenseurs, au besoin. ONU Femmes fournira
des informations et un contrôle de la qualité tout au long du processus de test et de formation
afin de s’assurer que les meilleures pratiques internationales sont respectées dans la formation
sur l’éthique de la recherche sur la violence à l’égard des femmes et les techniques d’entretien
tenant compte des traumatismes et tenant compte du genre

6. Réaliser un sondage pilote et une formation pilote pour mettre à l’essai les outils de
collecte de données et le matériel de formation

7. Mener une enquête pilote et une formation pilote pour tester les outils de collecte de
données et le matériel de formation.

L’enquête sera pilotée par l’entrepreneur pour tester les questions et les taux de réponse afin
d’apporter des ajustements pour atteindre le plus grand niveau d’inclusion possible. De même, la
formation pilote des recenseurs et des superviseurs sera menée afin de déterminer les besoins en
matière d’ajustements.

8. Remplir l’enquête quantitative et en valider les résultats au moyen de l’assurance de


la qualité

9. Offrir une formation complète aux recenseurs et aux superviseurs responsables de


l’administration de l’enquête, en s’appuyant sur les leçons tirées de l’exercice pilote.

La formation s’appuiera sur les directives de l’OMS et de l’UNSD, couvrant les concepts et les
préoccupations du GEWE ainsi que l’éthique et la confidentialité de la recherche. Compte tenu
de la grande sensibilité du sujet, une attention particulière sera accordée au principe de ne pas
nuire, ainsi qu’à la garantie de la vie privée et à l’assurance que les informations recueillies ne
seront utilisées qu’aux fins de l’étude. Conformément aux lignes directrices sur les pratiques
exemplaires, les recenseurs devront être formés pour comprendre les déclencheurs de « Ne pas
nuire » et être équipés d’informations d’aiguillage pour la sécurité et le soutien psychosocial des
répondants.

10. Exécuter l’enquête et effectuer la collecte principale des données.

Le contractant réalisera l’enquête conformément aux plans de collecte de données et d’assurance


qualité.

11. Effectuer la saisie, le nettoyage et l’analyse des données.


Le contractant effectuera la saisie des données en utilisant la méthodologie qui a été identifiée
dans le plan de collecte des données.

12. Préparer un rapport final contenant les résultats et l’analyse de l’enquête.

Le rapport final doit inclure des tableaux de statistiques récapitulatifs, des visualisations des
résultats de l’enquête et une section sur les leçons apprises afin de documenter les connaissances
méthodologiques générées par la mise en œuvre de l’étude (résumant les difficultés rencontrées
pour approcher les répondants, si certaines questions n’ont pas fonctionné, etc.) pour une
utilisation ultérieure par ONU Femmes.

13. Produire cinq (5) fiches infographiques d’une page sur des sujets ou des questions
choisis dans le cadre du sondage.

Les sujets seront convenus une fois l’analyse terminée et seront finalisés en consultation avec
l’équipe de recherche et l’équipe technique d’ONU Femmes. Les mémoires doivent présenter
les principaux résultats de l’enquête à l’aide d’infographies. De même, les mémoires doivent être
conçus et considérés comme prêts à être publiés.

14. Participer / présenter les résultats de l’étude


Participer / présenter les résultats de l’enquête et d’autres actions de suivi liées à l’étude, comme
demandé par le bureau de pays d’ONU Femmes en RDC.

IV. Zone géographique de l’enquête et durée de l’étude.

Le déroulement de l’étude débutera au 1 Octobre 2024 pour une durée maximale de 4 mois à
Kinshasa et dans les chefs-lieux des 11 anciennes provinces de la RDC.
Un chronogramme cohérent et détaillé de réalisation de la mission, aligné sur les objectifs de
mise en œuvre de l’étude sera proposé par le Cabinet d’étude.
V. Profil des intervenants

Le personnel du cabinet doit avoir une expérience avérée dans la conduite de l’enquête
quantitative sur la violence contre les femmes en politique.
L'entreprise doit disposer d'au moins un (e) Expert (e) ou Chef de Projet.
L’équipe doit être composée d’un/e Chef de Mission avec son équipe avec des compétences dans
le traitement des données statistiques et des experts en sociologie et en droit avec des
connaissances sur le Genre.
Elle devra être composée d’hommes et de femmes.
VI. DELIVERABLE

Livrables Delai Percentage


du
paiement
1. Note méthodologique comportant, Octobre 2024

- Compte rendu des réunions de lancement tenue et rapport


soumis
- Note méthodologique soumis et accepté par le comité
technique et comportant,

- Une brève note d’échantillonnage qui détaille le type


d’enquête, le plan d’échantillonnage, la base de sondage, le
taux de réponse attendu, les principes utilisés pour
sélectionner les unités d’échantillonnage primaires,
l’emplacement des unités d’échantillonnage et le protocole
30%
de sélection des répondants.
- Des outils de collecte de données quantitatives, y compris un
questionnaire et un manuel de l’intervieweur.
- Plan de collecte de données conforme au plan
d’échantillonnage qui précise le calendrier des activités, le
nombre et la sélection des recenseurs et des superviseurs,
ainsi que les mécanismes d’assurance de la qualité.
- Plan de sondage pilote et groupes de discussion pour mettre
à l’essai les outils de collecte de données, y compris un
rapport sommaire qui couvre les leçons apprises et
l’identification des ajustements nécessaires.
- Stratégie de mise à l’essai, y compris la conception d’une
formation pilote et d’une enquête, pour les outils.

Novembre -
2. Rapport de la formation pilote et de formation proprement 2024
dit des personnels de l’enquête contenant

 Rapport de la formation pilote et de formation proprement


dit des personnels de l’enquête contenant
 Les informations sur la Formation pilote à l’intention des
recenseurs et des superviseurs, y compris l’ordre du jour, le
matériel de formation et le rapport sommaire qui couvre les
leçons apprises et l’identification des ajustements
nécessaires. 30%
 Les informations sur la Formation à l’intention des
recenseurs et des superviseurs, y compris l’ordre du jour, le
matériel de formation et un rapport sommaire sur les leçons
apprises.
 Les informations sur le déploiement des enquêteurs et
superviseurs, y compris les annexes en rapport avec les
rapports de collecte des données produits par les enquêteurs
et le rapport général des collectes de données.
3. Rapport d’analyse de l’enquête contenant des annexes Décembre
 Données brutes de l’enquête dans le format demandé par ONU 2024
Femmes (par exemple, stata ou spss, .cvs, excel) et
transcriptions des groupes de discussion
 Données après la saisie des données sous forme de tableau et
leur validation
 Rapport/certification du comité technique assurant examinant la
collecte, les résultats présentant pour une assurance qualité
supplémentaire.
40%
Ébauche d’un rapport présentant les résultats préliminaires de
l’enquête et des groupes de discussion, y compris les visualisations.
 Rapport final (max. 40 pages, police 12, format New times Janvier 2025
roman, interligne 1.5) présentant les résultats de l’enquête et des
groupes de discussion, y compris des visualisations et une
section sur les leçons apprises.

 Cinq (5) fiches infographiques d’une page sur des sujets ou Janvier à
des questions choisis dans le cadre de l’étude. février 2025
Présentations PowerPoint pour les ateliers de lancement aux
niveaux national et provincial en français
SECTION 5. EVALUATION CRITERIA AND METHODOLOGY

Critères d’Evaluation
Recrutement d’un centre de recherche pour la mise en place d’une enquête quantitative sur la violenc

Critères d'évaluation préliminaire


Tous les critères seront évalués sur une base de « PASS / FAIL » et vérifiés lors de l'évaluation
préliminaire.
Critère Documents pour établir la conformité
Exhaustivité de la proposition Tous les documents et la documentation technique
demandés dans les instructions au fournisseur ont été
fournis et sont complets
Le fournisseur accepte les « Proposal Submission Form »
conditions générales du contrat Formulaire de soumission de proposition (formulaire en
d'ONU Femmes ligne)
Validité de la proposition (120 « Proposal Submission Form »
jours) Formulaire de soumission de proposition (formulaire en
ligne)

Critères minimums d'éligibilité et de qualification


Les critères minimums d'éligibilité et de qualification seront évalués sur une base de « PASS /
FAIL ».
Si la proposition est soumise en tant que coentreprise, consortium ou association, chaque
membre doit satisfaire aux critères minimaux, sauf indication contraire.
Critères d'éligibilité Documents pour établir la conformité
Le fournisseur est une entité commerciale légalement Formulaire d'information sur le
enregistrée. proposant (formulaire en ligne)

Le fournisseur n'est pas suspendu, ni autrement Formulaire de soumission de


identifié comme inéligible par une organisation des proposition
Nations Unies, le Groupe de la Banque mondiale ou
toute autre organisation internationale conformément
aux instructions aux fournisseurs.
Aucun conflit d'intérêts conformément aux Formulaire de soumission de
instructions aux fournisseurs. proposition
Le fournisseur n'a pas déclaré faillite, n'est pas
impliqué dans une procédure de faillite ou de mise Formulaire de soumission de
sous séquestre, et il n'y a aucun jugement ou action proposition
en justice en cours contre le vendeur qui pourrait
nuire à ses activités dans un avenir prévisible.
Critères de qualification Documents pour établir la conformité
Historique des litiges : Aucun historique cohérent de « Eligibility and Qualification Form
décisions judiciaires/arbitrales contre le fournisseur (Online Form) »
au cours des 3 dernières années. Formulaire d'admissibilité et de
qualification (formulaire en ligne)
Expériences précédentes :
Minimum 3 années d'expérience de travail avec de « Eligibility and Qualification Form
multiples parties prenantes : gouvernement, société (Online Form) / Technical Proposal »
civile, universités, communautés individuelles et
organisations communautaires (en particulier dans les
régions ciblées de la présente enquête), ou
institutions des Nations Unies, multilatérales et
bilatérales en tant que cabinet d’Etude dans le
domaine du leadership politique féminin ou sur les
questions des droits et violences basées sur le genre.
Fournir 2 références au minimum sur la conduite Eligibility and Qualification Form
des enquêtes de même nature ou similaires au cours (Online Form)
des 5 dernières années, ou (Pour Formulaire d'admissibilité et de
Jointventure/Consortium/Association, toutes les qualification (formulaire en ligne)
parties doivent répondre cumulativement aux
exigences

Critère d’évaluation Technique


Points
Résumé des sections d'évaluation de la proposition technique
maximun
1. Qualification, capacité et expérience du Soumissionnaire 230
2. Méthodologie, approche et plan de mise en œuvre proposés 300
3. Management structure and key personnel 170
Total 700

Critères d'évaluation technique


Section 1. Qualification, capacité et expérience du Soumissionnaire Points
Réputation de l'organisation et crédibilité du personnel / fiabilité
Le soumissionnaire doit fournir une brève description de l'organisation, y compris 50
l'année et le pays d'incorporation, et les types d'activités entreprises ayant un lien avec points
l’étude.
Capacité organisationnelle générale
Le soumissionnaire doit :
a) Décrire la capacité organisationnelle générale qui est susceptible
d'affecter la mise en œuvre (c'est-à-dire la structure de gestion, la stabilité
1.1
financière et la capacité de financement du projet, la taille de 20 points
l'organisation, la force du soutien à la gestion de projet, par exemple les
80
contrôles de gestion de projet, réseautage, stabilité financière).
points
b) Inclure une description de l'expérience et des relations passées et
présentes qui ont un lien direct avec l'exécution des termes de référence.
20 points
Inclure les efforts de collaboration pertinents auxquels l'organisation peut
avoir participé.
c) Expliquez tout partenariat avec des organisations locales ou autres
10 points
pertinentes pour l'exécution des termes de référence. Une attention
particulière doit être accordée à la présentation d'une image claire des
rôles, des responsabilités, des lignes hiérarchiques et de l'imputabilité. Des
lettres d'engagement des partenaires et une indication indiquant si certains
ou tous ont déjà travaillé ensemble.
d) Expliquez si des travaux seraient sous-traités, à qui, quel pourcentage du
travail, la raison d'être et les rôles des sous-traitants proposés. Une
10 points
attention particulière doit être accordée à la présentation d'une image claire
des rôles, des responsabilités, des lignes hiérarchiques et de l'imputabilité.
1.2 Pertinence des connaissances spécialisées et de l'expérience sur des missions
similaires effectuées dans la région / le pays
Le Soumissionnaire doit:
a) Fournir des informations confirmant la pertinence de :
- Connaissances spécialisées 50 points
- Expérience sur des programmes/travaux similaires
- Expérience dans la région/Pays
b) Décrire l'expérience de l'organisation réalisant des biens, services ou
90
travaux similaires. Une expérience avec une autre organisation des Nations 30 points
points
Unies / grands programmes multilatéraux / ou bilatéraux est hautement
souhaitable.
3c) Fournir au moins 2 références avec les informations suivantes :
- Client
- Valeur du contrat (minimum $100,000)
- Période d'exécution (de/à)
10 points
- Rôle par rapport à la réalisation des biens/services/travaux
- Coordonnées de référence (nom, téléphone, e-mail)
1.3 Procédures d'assurance qualité et mesures d'atténuation de risques
L'offrant doit décrire les risques potentiels pour l'exécution des termes de référence qui
10
peuvent avoir une incidence sur la réalisation et l'achèvement en temps opportun des
points
résultats attendus ainsi que sur leur qualité. Décrivez les mesures qui seront mises en
place pour atténuer ces risques et assurer l'assurance de la qualité.
Total des points pour la section 1 200
Section 2. Approche méthodologique et plan de mise en œuvre proposés Points
Approche d'analyse, méthodologie
Le soumissionnaire doit :
a) fournir de manière suffisamment détaillée une description de l'approche
150
et de la méthodologie de l'organisation pour satisfaire ou dépasser les 200
2.1 points
exigences des termes de référence ; points
b) Expliquer la compréhension de l'organisation des besoins d'ONU
50
Femmes pour les biens/services/travaux et comment les différents éléments
points
de service doivent être organisés, contrôlés et fournis ;
Gestion - calendrier, livrables et rapports
Le soumissionnaire doit fournir une description détaillée de la manière dont la gestion 100
2.2
des biens/services/travaux demandés sera mise en œuvre pour répondre aux exigences points
des termes de référence.
Total des points pour la section 2 300
Section 3. Structure de gestion et personnel clé Points
Composition de l'équipe
Le soumissionnaire doit :
 Le personnel du cabinet doit avoir une expérience avérée dans la
conduite de l’enquête quantitative sur la violence contre les femmes en
politique. 10 points 40
 L’équipe doit être composée d’un/e Chef de mission avec son équipe points
avec des compétences dans le traitement des données statistiques et des
experts en sociologie et en droit avec des connaissances sur le Genre.
20 points
 Elle devra être composée d’hommes et de femmes. 10 points

Qualification et compétences du/de la Chef de Mission :


 Diplôme d’études supérieures (de préférence doctorat) dans le
domaine de démographie avec des compétences en statistiques, des
connaissances approfondies sur le genre, les questions des
violences basées sur le genre dans l’espace politique de la RDC. 20
points
 Avoir au moins cinq ans d’expérience professionnelle dans le
domaine de de conduite des enquêtes dans les domaines similaires ;
10 points
 Vaste expérience de travail avec des systèmes statistiques
nationaux, des universités, des Nations Unies et/ou des
organisations internationales axées sur le développement sur les
questions de VBG ; 10 points
 Excellente connaissance des politiques actuelles et des meilleures
pratiques dans le domaine de la violence à l’égard des femmes et de 60
la violence fondée sur le genre ; 10 points points
 Maîtrise du Français et de l’anglais. 10 points

Qualification et compétences des autres membres de l‘équipe :


Description de la liste des membres de l’équipe qui seront déployées pour
faire ce travail, leur formation et leur expérience
 Il doit démontrer qu’il dispose d’une évaluation qualifiée et 150
compétente équipe d’experts. De plus, il doit fournir un curriculum points
vitae signé de l’équipe d’étude qui sera impliquée à temps plein ou
à temps partiel. 15 points
 Excellentes connaissances et compétences sur l’utilisation des
outils MS Office (Word, Access, Excel, etc.) et des logiciels
statistiques pertinents.15 points 50
 Avoir une bonne maîtrise des outils de collecte de données. 20 points
points

3.2 Gender Profile 20


L'offrant doit fournir des informations sur le profil de genre de l'organisation : points
- Statut d'entreprise détenue par des femmes - si l'entité est détenue, contrôlée ou
gérée par au moins 51 % de femmes ;
- Proportion de femmes occupant des postes d'encadrement ;
- Équilibre hommes-femmes du projet/de l'équipe proposé(e) ;
- Politiques en place qui contribuent à l'égalité des genres ;
- Détails de tous les sous-traitants appartenant à des femmes ou dirigés par des
femmes qui seront engagés dans le projet, y compris à différents niveaux de leur
chaîne d'approvisionnement ;
- Engagement envers les Women’s Empowerment Principles (www.weps.org/join) -
si plus de 10 salariés ;
- Accord à la signature de l'Accord Volontaire pour la Promotion de l'Egalité des
Genres et de l'Autonomisation des Femmes en cas d'attribution du contrat - si
moins de 10 salariés
Les bonnes pratiques des entreprises sensibles au genre peuvent être trouvées ici :
http://weprinciples.org/Site/CompaniesLeadingTheWay/
Total des points pour la section 3 170
TOTAL POINTS 700
Financial 300
70% de 700 pts = 490 pts requis pour être admis sur le plan technique
Une proposition est rejetée à ce stade si elle n'atteint pas le seuil technique minimal de 70% du
score pouvant être obtenu de 490 points pour la proposition technique.

Evaluation Methodology
Méthodologie 1: Cumulative Analysis 700/300
La proposition est sélectionnée sur la base d'une analyse cumulative ; la note totale est obtenue en combinant
l’offre technique et financière.

Une procédure en deux étapes sera utilisée pour évaluer les propositions ; la proposition technique sera évaluée
avec une exigence minimale de réussite de 70 % des 700 points pouvant être obtenus pour la proposition
technique. Une proposition sera rejetée à ce stade si elle n'atteint pas le seuil technique minimum de 70 % de la
note de 700 points pouvant être obtenue avant l'ouverture et la comparaison de toute proposition de prix. La
proposition financière ne sera ouverte que pour les entités dont la proposition technique a atteint le seuil
technique minimum de 70 % de la note de 700 points pouvant être obtenue et qui sont jugées conformes. Les
propositions non conformes ne seront pas prises en considération.

Le nombre total de points ("nombre maximal de points") qu'une entreprise/institution peut obtenir pour sa
proposition est le suivant :

Proposition technique : 700 points

Proposition financière : 300 points

Nombre total de points : 1000 points.

Evaluation de la proposition financière :

Dans cette méthodologie, le nombre maximum de points attribués à la proposition financière est attribué à la
proposition de prix la plus basse. Toutes les autres propositions de prix reçoivent des points en proportion inverse.

La formule est la suivante : p =y (µ/z)

Où:

p = points pour la proposition financière évaluée

y = nombre maximal de points pour la proposition financière


µ = prix de la proposition la moins chère

z = prix de la proposition évaluée

Le contrat est attribué à la proposition qui obtient la note globale la plus élevée après addition de la note de la
proposition technique et de la note de la proposition financière. Évaluation de la proposition technique :

La proposition technique est évaluée et examinée afin de déterminer sa réactivité et sa conformité aux exigences
spécifiées dans le présent document de consultation. Une proposition est rejetée à ce stade si elle n'atteint pas le
seuil technique minimum de 70 % de la note de 700 points pouvant être obtenue pour la proposition technique.

FORM D: ELIGIBILITY AND QUALIFICATION FORM


If JV/Consortium/Association, to be completed by each partner.

History of Non- Performing Contracts

✘ No non-performing contracts during the last 3 years


✘ Contract(s) not performed in the last 3 years
Year Non- performed Contract Identification Total Contract Amount
portion of contract (current value in US$)

Name of Client:
Address of Client:
Reason(s) for non-performance:

Litigation History (including pending litigation)

No litigation history for the last 3 years


Litigation History as indicated below
Year of Amount in dispute Contract Identification Total Contract Amount
dispute (state currency) (state currency)

Name of Client:
Address of Client:
Matter in dispute:
Party who initiated the dispute:
Status of dispute:
Party awarded if resolved:
Previous Relevant Experience
Please list only previous similar assignments successfully completed in the last 3 years.

List only those assignments for which the Proposer was legally contracted or sub-contracted by the Client as a
company or was one of the Consortium/JV partners. Assignments completed by the Proposer’s individual experts
working privately or through other firms cannot be claimed as the relevant experience of the Proposer, or that of
the Proposer’s partners or sub-consultants, but can be claimed by the Experts themselves in their CVs. The
Proposer should be prepared to substantiate the claimed experience by presenting copies of relevant documents
and references if so requested.

Project name & Client & Contract Period of Types of activities undertaken and
Country of Reference Value activity and role (Contractor, sub-contractor or
Assignment Contact Details status consortium member)

Proposers may also attach their own Project Data Sheets with more details for assignments above.
Attached are the Statements of Satisfactory Performance from the Top 3 (three) Clients or more.

Financial Standing

Annual Turnover for the last 3 years Year Currency Amount


Year Currency Amount
Year Currency Amount

Latest Credit Rating (if any), indicate the


source and date.

Financial information Historic information for the last 3 years


(state currency)
Year 1 Year 2 Year 3
Information from Balance Sheet
Total Assets (TA)
Total Liabilities (TL)
Current Assets (CA)
Current Liabilities (CL)
Information from Income Statement
Total / Gross Revenue (TR)
Profits Before Taxes (PBT)
Net Profit
Current Ratio
(current assets/ current
liabilities)
Attached are copies of the audited financial statements (balance sheets, including all related notes, and income
statements) for the years required above complying with the following condition:

a) Must reflect the financial situation of the Proposer or party to a JV, and not sister or parent companies;
b) Historic financial statements must be audited by a certified public accountant;
Historic financial statements must correspond to accounting periods already completed and audited. No
statements for partial periods shall be accepted.
FORM F: FORMAT OF FINANCIAL PROPOSAL
The vendor is required to prepare the Financial Proposal following the below format and submit it in an envelope
separate from the Technical Proposal as indicated in the Instruction to Vendors. The inclusion of any financial
information in the Technical Proposal shall lead to disqualification of the Vendors. The Financial Proposal should
align with the requirements of the Terms of Reference and the vendor’s Technical Proposal.

Table 1: Summary of Overall Prices

Total Amount
Professional Fees (from Table 2)

Other Costs (from Table 3)

Total Amount of Financial Proposal

Table 2: Breakdown of Professional Fees

Name Position Fee Rate (per No. of hours / Total Amount


hour /day days / months
/month)
A B C=A*B
[In-Country]

[Home Based]

Subtotal Professional Fees:

Table 3: Breakdown of Other Costs

Description Unit of Measure Unit Price Quantity Total Amount


[International flights] Return trip
[Subsistence allowance] Day
[Local transportation costs] Lump sum
[Out-of-pocket expenses]
[Other costs (specify)]
Subtotal Other Costs:

Table 4: Breakdown of Price per Deliverable / Activity

Deliverable / Activity description Professional Other Costs Total


Fees (Table 2) (Table 3)
[Deliverable 1]
[Deliverable 2]
[Deliverable 3]
Etc.
FORM G: JOINT VENTURE/CONSORTIUM/ASSOCIATION FORM
If the proposer is a group of legal entities that will form or have formed a joint venture,
consortium/association at the time of the submission of the proposal, they shall confirm in their proposal
that:
a) they have designated one party to act as a lead entity, duly vested with authority to legally bind the
members of the joint venture, consortium/association jointly and severally, and this shall be duly
evidenced by the respective entitled document among the legal entities, which shall be submitted along
with the proposal; and
b) if they are awarded the contract, the contract shall be entered into, by and between UN Women and the
designated lead entity, who shall be acting for and on behalf of all the member entities comprising the
joint venture, consortium/association. The composition or the constitution of the joint venture,
consortium/association shall not be altered without the prior consent of UN Women.

After the proposal has been submitted to UN Women, the lead entity identified to represent the joint
venture, consortium/association shall not be altered without the prior written consent of UN Women.
Furthermore, neither the lead entity nor the member entities of the joint venture, consortium/association
may submit another proposal, either in its own capacity; or as a lead entity or a member entity for another
joint venture, consortium/association submitting another proposal.
The description of the organization of the joint venture, consortium/association must clearly define the
expected role of each of the entity in the partnership in delivering the requirements of the RFP, both in the
proposal and the joint venture, consortium/association. All entities that comprise the partnership shall be
subject to the eligibility and qualification assessment by UN Women.
Where a joint venture, consortium/association is presenting its track record and experience in a similar
undertaking as those required in the RFP, it should present such information in the following manner:
a) Those that were undertaken together by the joint venture, consortium/association; and
b) Those that were undertaken by the individual entities of the joint venture, consortium/association
expected to be involved in the performance of the services defined in the RFP.

Previous contracts completed by persons working in an individual capacity but who are permanently or
were temporarily associated with any of the member firms cannot be claimed as the experience of the
joint venture, consortium/association or those of its members, but should only be claimed by the
individual themselves in their presentation of their individual credentials.
(to be completed and returned with your technical proposal)

JV / Consortium/ Association Information

Name of leading partner (with authority to bind [insert name, address, telephone/fax or cell
the JV, Consortium/Association during the number, and the e-mail address]
Bidding process and, in the event a Contract is
awarded, during contract execution)

[insert JV’s Party legal name] {Attach original


copy of document of incorporation/registration
JV’s Party Legal Name:
of the JV, in accordance with Clause 3 (Eligible
Bidders)

JV’s Party Country of Registration: [insert JV’s Party country of registration]

JV’s Party Year of Registration: [insert JV’s Part year of registration]


JV’s Party Legal Address in Country of [insert JV’s Party legal address in country of
Registration: registration]
Consortium/Association’s names of each partner/authorized representative and contact
information

Name of partner 1: Name of partner 2:


Address : Address :
Phone Number(s) : Phone Number(s) :
Email Address(es) : Email Address(es) :
Name of partner 3: Name of partner 4:
Address : Address :
Phone Number(s) : Phone Number(s) :
Email Address(es) : Email Address(es) :
Attached are copies of original documents of:
[check the box(es) of the attached original
documents]

Articles of Incorporation or Registration of firm


Consortium/Association Agreement named in 2, above, in accordance with Clause 3
(Eligible Bidders).

JV Agreement, or letter of intent to enter into


such an Agreement, signed by the legally
authorized signatories of all the parties

Signatures of all partners/authorized representatives:


We hereby confirm that if the contract is awarded, all parties of the Joint Venture, or
Consortium/Association shall be jointly and severally liable to UN Women for the fulfillment of the
provisions of the Contract.

Name of partner: _____________________ Name of partner: _____________________

Signature: ___________________________ Signature: ___________________________


Date: ______________________________ Date: ______________________________

Name of partner: _____________________ Name of partner: _____________________

Signature: ___________________________ Signature: ___________________________


Date: ______________________________ Date: ______________________________
FORM H: FORMAT FOR CV OF PROPOSED KEY PERSONNEL
Position (as per ToR)

Personnel Information Name:

Nationality: Date of birth:

Language Proficiency:

Present Employment Name of employer: Contact: (manager or HR)

Address of employer:

Telephone: Email:

Job title: Years with present employer:

Education / Summarise college/university and other specialised education of personnel


Qualifications member, giving names of schools, dates attended, and degrees/qualifications
obtained.

Professional Provide details of professional certifications relevant to the scope of services


Certifications including name of institution and date of certification.

References: Provide names, addresses, phone and email contact information for two (2)
references.

Summarise professional experience over the past 20 years in reverse chronological order. Indicate particular
technical and managerial experience relevant to the project.

Company / Project / Position / Relevant


From To
technical and management experience

I, the undersigned, certify that, to the best of my knowledge and belief, this CV is accurate.

______________________ ____________________
Signature of Personnel Date (Day/Month/Year)
FORM I: STATEMENT OF EXCLUSIVITY AND AVAILABILITY
I, the undersigned, hereby declare that I agree to participate exclusively with the vendor Click or tap here to enter
text. in the above referenced contract. I further declare that I am able and willing to work for the period(s)
foreseen for the position for which my CV has been included in the event that this contract is awarded, namely:

From To
Click or tap here to enter text. Click or tap here to enter text.
Click or tap here to enter text. Click or tap here to enter text.
Click or tap here to enter text. Click or tap here to enter text.

I confirm that I am not engaged in other projects in a position for which my services are required during the
periods where my services are required under this contract.
Furthermore, should this contract be awarded, I am fully aware that if I am not available at the expected start
date of my services for reasons other than ill-health or force majeure, I may be subject to exclusion from other
UN Women solicitation procedures and contracts and that the notification of award of contract to the vendor
may be rendered null and void.

Name:

Title:

Date:

Signature:

You might also like