Cons-RFP-ICB-Section 1
Cons-RFP-ICB-Section 1
A.           General......................................................................................................................................................2
1.           Scope of Proposal......................................................................................................................................2
2.           Source of Funds.........................................................................................................................................2
3.           Eligible Bidders.........................................................................................................................................2
4.           Conflict of Interest.....................................................................................................................................3
5.           Corrupt or Fraudulent Practices.................................................................................................................4
      B.     Request for Proposals Document............................................................................................................4
6.           Sections of Request for Proposals Document...........................................................................................4
7.           Clarification of Request for Proposals Document.....................................................................................5
8.           Amendment of Request for Proposals Document.....................................................................................5
      C.     Preparation of Proposals.........................................................................................................................5
9.           Preparation of Proposals............................................................................................................................5
10.          Language of Proposals..............................................................................................................................5
11.          Joint Ventures, Associations and Subcontracting.....................................................................................6
12.          Professional Staff.......................................................................................................................................6
13.          Contents of Technical Proposals...............................................................................................................6
14.          Contents of Financial Proposals................................................................................................................7
15.          Currencies of Proposal..............................................................................................................................8
16.          Bid Security...............................................................................................................................................8
      D.     Submission and Opening of Proposals...................................................................................................8
17.          Submission of Proposal.............................................................................................................................8
18.          Validity of Proposal...................................................................................................................................9
19.          Withdrawal, Substitution and Modification of Proposals.........................................................................9
20.          Proposal Opening......................................................................................................................................9
      E.     Evaluation of Proposals.........................................................................................................................10
21.          Confidentiality.........................................................................................................................................10
22.          Clarification of Proposals........................................................................................................................10
23.          Responsiveness of Proposals...................................................................................................................10
24.          Nonconformities, Errors and Omissions.................................................................................................11
25.          Preliminary Examination of Proposals....................................................................................................11
26.          Technical Evaluation of Proposals..........................................................................................................11
27.          Financial Proposal Opening....................................................................................................................11
28.          Financial Evaluation of Proposals...........................................................................................................12
29.          Comparison of Proposals.........................................................................................................................12
30.          Negotiations.............................................................................................................................................13
      F.     Award of Contract.................................................................................................................................13
31.          Award of Contract...................................................................................................................................13
       Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
           Document: Section 1.                      Section Page 1 of 13                            File Ref: 489877507.doc
Part 1: Section 1                             Instructions to Bidders
1.2   The procurement reference number and a brief description of the Assignment and its objectives are
      given in the BDS.
1.3   The Assignment shall be implemented in accordance with the phasing indicated in the Terms of
      Reference. When the Assignment includes several phases, continuation of services for the next
      phase shall be subject to satisfactory performance of the previous phase, as determined by the
      Procuring Entity.
2.    Source of Funds
2.1   The Procuring Entity has an approved budget towards the cost of the procurement described in the
      BDS. The Procuring Entity intends to use these funds to place a contract for which this Request for
      Proposals is issued.
2.2   Payments will be made directly by the Procuring Entity and will be subject in all respects to the
      terms and conditions of the resulting contract placed by the Procuring Entity.
3.    Eligible Bidders
3.1   A Bidder shall:
      (a) Have the legal capacity to enter into a contract;
      (b) Not be insolvent, in receivership, bankrupt or being wound up, not have had their business
          activities suspended and not be the subject of legal proceedings for any of the foregoing; and
      (c) Have fulfilled their obligations to pay taxes according to the laws of the Federal Democratic
          Republic of Ethiopia.
3.2   Unless otherwise specified in the BDS, in order to demonstrate compliance with the criteria in
      ITB Sub-Clause 3.1, a Bidder shall submit with its Bid either:
      (a) In the case of Ethiopian Bidders only, its certificate of registration from the mandated public
          body specified in the BDS demonstrating its registered supplier status; and
      (b) Appropriate documentary evidence demonstrating its compliance, which shall include:
               (i)     Its trading license or equivalent;
               (ii)    Its tax clearance certificate and VAT registration, if required; and
               (iii)   Any relevant professional practice certificates.
3.3   A bidder shall be required to obtain a certificate of registration from the mandated public body
      referred to in ITB Sub-Clause 3.2, demonstrating registered supplier status, as a condition of
      contract award.
3.4   All bidders (including all members of a joint venture, sub-consultants and Personnel) shall have
      the nationality of an eligible country, as defined in Section 5, Eligible Countries.
      Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
        Document: Section 1.           Section Page 2 of 13               File Ref: 489877507.doc
Part 1: Section 1                             Instructions to Bidders
3.5   Government-owned enterprises in the Federal Democratic Republic of Ethiopia may only
       participate if they are legally and financially autonomous, operate under commercial law, and
       are not a dependent agency to the Procuring Entity.
3.6   A Bidder that has been debarred from participating in public procurement in accordance with
       ITB Sub-Clause 5.1(c), at the date of the deadline for proposal submission or thereafter, shall
       be disqualified.
4.    Conflict of Interest
4.1   The Government of the Federal Democratic Republic of Ethiopia (hereinafter called “the
      Government”) requires that Suppliers provide professional, objective, and impartial advice and
      at all times hold the Procuring Entity’s interests paramount, strictly avoid conflicts with other
      assignments or their own corporate interests and act without any consideration for future work.
      Without limitation on the generality of the foregoing, Suppliers, and any of their affiliates, shall
      be considered to have a conflict of interest and shall not be recruited, under any of the
      circumstances set forth below:
      (a) A firm that has been engaged by the Procuring Entity to provide goods, works or services
          other than consulting services for a project, and any of its affiliates, shall be disqualified
          from providing consulting services related to those goods, works or services. Conversely, a
          firm hired to provide consulting services for the preparation or implementation of a project,
          and any of its affiliates, shall be disqualified from subsequently providing goods or works or
          services other than consulting services resulting from or directly related to the firm’s
          consulting services for such preparation or implementation. For the purpose of this
          paragraph, services other than consulting services are defined as those leading to a
          measurable physical output, for example surveys, exploratory drilling, aerial photography,
          and satellite imagery.
      (b) A Supplier (including its Personnel and Sub-Consultants) or any of its affiliates shall not be
          hired for any assignment that, by its nature, may be in conflict with another assignment of
          the Supplier to be executed for the same or for another Procuring Entity. For example, a
          Supplier hired to prepare engineering design for an infrastructure project shall not be
          engaged to prepare an independent environmental assessment for the same project, and a
          Supplier assisting a Procuring Entity in the privatization of public assets shall not purchase,
          nor advise purchasers of, such assets. Similarly, a Supplier hired to prepare Terms of
          Reference for an assignment should not be hired for the assignment in question.
      (c) A Supplier (including its Personnel and Sub-Consultants) that has a business or family
          relationship with a member of the Procuring Entity’s staff who is directly or indirectly
          involved in any part of (i) the preparation of the Terms of Reference of the assignment, (ii)
          the selection process for such assignment, or (iii) supervision of the Contract, may not be
          awarded a Contract, unless the conflict stemming from this relationship has been resolved in
          a manner acceptable to the Government throughout the procurement process and the
          execution of the Contract.
4.2   Suppliers have an obligation to disclose any situation of actual or potential conflict that impacts
      their capacity to serve the best interest of the Procuring Entity, or that may reasonably be
      perceived as having this effect. Failure to disclose said situations may lead to the disqualification
      of the Supplier or the termination of its Contract.
4.3   No agency or current employees of the Procuring Entity shall work as Suppliers under their own
      ministries, departments or agencies. Recruiting former government employees of the Procuring
      Entity to work for their former ministries, departments or agencies is acceptable provided no
      conflict of interest exists. When the Bidder nominates any government employee as Personnel in
      their technical proposal, such Personnel must have written certification from their government or
      employer confirming that they are on leave without pay from their official position and allowed
      Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
        Document: Section 1.           Section Page 3 of 13               File Ref: 489877507.doc
Part 1: Section 1                             Instructions to Bidders
      to work full-time outside of their previous official position. Such certification shall be provided
      to the Procuring Entity by the Bidder as part of his technical proposal.
4.4   If a shortlisted Bidder could derive a competitive advantage from having provided consulting
      services related to the assignment in question, the Procuring Entity shall make available to all
      shortlisted Bidders together with this RFP all information that would in that respect give such
      Bidder any competitive advantage over competing Bidders.
5.    Corrupt or Fraudulent Practices
5.1   The Government requires that Procuring Entities, as well as Bidders and Suppliers under
      government-financed contracts, observe the highest standard of ethics during the procurement
      and execution of such contracts. In pursuance of this policy, the Government:
      (a) Defines, for the purposes of this provision, the terms set forth below as follows:
               (iv)    "Corrupt practice" means the offering, giving, receiving or soliciting, directly or
                       indirectly, of anything of value to influence the action of a public official in the
                       procurement process or in contract execution;
               (v)     "Fraudulent practice" means a misrepresentation or omission of facts in order to
                       influence a procurement process or the execution of a contract;
               (vi)    “Collusive practices” means a scheme or arrangement between two or more
                       Bidders, with or without the knowledge of the Procuring Entity, designed to
                       establish prices at artificial, noncompetitive levels; and
               (vii) “Coercive practices” means harming or threatening to harm, directly or indirectly,
                     persons or their property to influence their participation in a procurement process,
                     or affect the execution of a contract.
      (b) Will reject a recommendation for award if it determines that the Bidder recommended for
          award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive
          practices in competing for the contract in question; and
      (c) Will debar a Bidder from participation in public procurement for a specified period of time if it
          at any time determines that the firm has engaged in corrupt, fraudulent, collusive or coercive
          practices in competing for, or in executing, a contract.
5.2   Any Bidder may seek administrative review, in accordance with Section 51 of the Public
      Procurement Proclamation, of an act or omission by a Procuring Entity, which it considers to be
      in breach of the Proclamation. Any application for review must be submitted in writing to the
      head of the Procuring Entity, within five working days from the date the Bidder knew, or should
      have known, of the circumstances giving rise to the complaint. If the head of the Procuring
      Entity does not issue a decision within fifteen days, or the Bidder is not satisfied with the
      decision, the Bidder may submit a complaint to the Public Procurement Agency.
      Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
        Document: Section 1.           Section Page 4 of 13               File Ref: 489877507.doc
Part 1: Section 1                              Instructions to Bidders
                                          C.     Preparation of Proposals
9.    Preparation of Proposals
9.1   You are requested to submit separate technical and financial proposals.
9.2   In preparing the proposal, you are expected to examine all terms and instructions included in the
      Documents. Failure to provide all requested information shall be at your own risk and may result in
      rejection of your proposal.
9.3   To obtain first-hand information on the Assignment and on the local conditions, you are encouraged
      to pay a visit to the Procuring Entity before submitting a proposal and attend a pre-proposal
      conference if specified in the BDS. Your representative shall meet the officials named in the BDS.
      Please ensure that these officials are advised of the visit in adequate time to allow them to make
      appropriate arrangements. You must fully inform yourself of local conditions and take them into
      account in preparing your proposal.
9.4   The Procuring Entity shall provide the inputs specified in the Terms of Reference, and make
      available relevant project data and reports.
9.5   Please note that (i) the costs of preparing the proposal and of negotiating the contract, including a
      visit to the Procuring Entity, are not reimbursable as a direct cost of the Assignment; and (ii) the
      Procuring Entity is not bound to accept any of the proposals submitted.
9.6 An invitation to submit proposals has been sent to the firms stated in the BDS.
      Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
        Document: Section 1.           Section Page 5 of 13               File Ref: 489877507.doc
Part 1: Section 1                              Instructions to Bidders
10.2 Study reports must be in the Language(s) specified in the Terms of Reference. Working
     knowledge of Amharic by the firm’s personnel is recommended.
11.2 Bidders shall not associate with other Bidders invited for this assignment, unless otherwise
     specified in the BDS.
11.3 International Bidders for large contracts are encouraged to seek the participation of national
     Consultants by entering into a joint venture with, associating with or subcontracting part of the
     assignment to national Consultants.
11.4 The same sub-consultant may be included in several proposals, subject to any limitations in the
     BDS. Any limits on the percentage of the total proposed contract price which may be subcontracted
     are stated in the BDS.
12.2     It is desirable that the majority of the key professional staff proposed are permanent employees
         of the Bidder or have an extended and stable working relationship with the Bidder.
12.3 Proposed staff must have relevant experience, preferably under conditions similar to those
      prevailing in the Federal Democratic Republic of Ethiopia.
12.4 No alternative to key professional staff may be proposed, and only one curriculum vitae (CV) may
      be submitted for each position.
       Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
         Document: Section 1.           Section Page 6 of 13               File Ref: 489877507.doc
    Part 1: Section 1                           Instructions to Bidders
       (e) The composition of the proposed staff team, the tasks which would be assigned to each (Section
           4, Form T5);
       (f) CVs recently signed by the proposed key professional staff or an authorized manager in the
           home office (Section 4, Form T6). Key information should include number of years with the
           firm, and degree of responsibility held in various assignments during the last ten (10) years;
       (g) A Staffing Schedule, showing estimates of the total staff input to be provided to carry out the
           Assignment (Section 4, Form T7), supported by bar chart diagrams showing the time proposed
           for each professional staff member;
       (h) A Work Schedule, showing the timing proposed for each activity, which must be consistent
           with the methodology and work-plan described in the proposal (Section 4, Form T8); and
       (i)   Any additional information requested in the BDS.
13.2 The technical proposal shall not include any financial information.
14.4 The financial proposal should clearly estimate, as a separate amount, the local taxes (including
     social security), duties, fees, levies, and other charges imposed on the Bidder and their personnel
     (other than nationals of or permanent residents in the Federal Democratic Republic of Ethiopia),
     unless the BDS specifies otherwise.
14.5 The completed financial proposal forms, adjusted if necessary during evaluation or negotiation,
     will be used in any resulting Agreement, to compile the:
       (a) Breakdown of Contract Price in the case of a Lump Sum contract, which will be used only to
           determine prices for any additional Services or costs;
       (b) Cost Estimates in the case of a Time-Based contract, with payment being made for the actual
           inputs provided, using the rates in the Cost Estimates.
        The type of contract is indicated in the Special Conditions of Contract.
        Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
         Document: Section 1.            Section Page 7 of 13               File Ref: 489877507.doc
Part 1: Section 1                              Instructions to Bidders
16.2 The bid security shall be, at the Bidder’s option, in any of the following forms:
       (a) An unconditional bank guarantee;
       (b) An irrevocable letter of credit;
       (c) Cash or a cashier’s or certified check or payable order;
       all from a reputable source from any eligible country. Securities issued by foreign banks or
       financial institutions shall be counter-guaranteed by an Ethiopian bank. The bid security shall
       be submitted either using the Bid Security Form included in Section 4, Bidding Forms, or in
       another substantially similar format. In either case, the form must include the complete name of
       the Bidder. The bid security shall be valid for twenty-eight days (28) beyond the end of the
       validity period of the bid. This shall also apply if the period for bid validity is extended.
16.3 Any proposal not accompanied by a substantially responsive bid security, if one is required in
     accordance with ITB Sub-Clause 16.1, shall be rejected by the Procuring Entity as non
     responsive.
16.4 The bid securities of all Bidders shall be returned as promptly as possible upon the successful
     Bidder’s signing of the contract.
17.2     In the event of any discrepancy between the copies of the proposals, the original shall govern. The
        original and each copy of the technical and financial proposal shall be prepared in indelible ink
        and shall be signed by the authorized Supplier’s representative. The representative’s authorization
        shall be confirmed by a written power of attorney accompanying the proposals, unless otherwise
       Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
        Document: Section 1.            Section Page 8 of 13               File Ref: 489877507.doc
Part 1: Section 1                              Instructions to Bidders
        indicated in the BDS. All pages of the technical proposal shall be initialed by the person or persons
        signing the proposal.
17.3    The proposal shall contain no interlineations or overwriting except as necessary to correct errors
        made by the Bidders themselves. Any such corrections shall be initialed by the person or persons
        signing the proposal.
17.4    The completed technical and financial proposals shall be delivered on or before the time and date
        stated in the BDS to the address indicated in ITB Sub-Clause 17.1. The Procuring Entity shall not
        consider any proposal that arrives after the deadline for submission of proposal. Any proposal
        received by the Procuring Entity after the deadline for submission of proposals shall be
        declared late, rejected, and returned unopened to the Bidder.
19.3 No proposal may be withdrawn, substituted, or modified in the interval between the deadline for
     submission of proposals and expiry of the period of proposal validity specified by the Bidder on
     the Technical Proposal Submission Sheet or any extension thereof.
20.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with
     the corresponding proposal shall not be opened, but returned to the Bidder. Next, envelopes
     marked “SUBSTITUTION” shall be opened and read out and exchanged with the corresponding
     proposal being substituted, and the substituted proposal shall not be opened, but returned to the
     Bidder. Envelopes marked “MODIFICATION” shall be opened and read out with the
     corresponding proposal. No proposal withdrawal, substitution or modification shall be permitted
     unless the corresponding notice contains a valid authorization to request the withdrawal,
     substitution or modification and is read out at proposal opening. Only envelopes that are opened
     and read out at proposal opening shall be considered further.
20.3 All other outer envelopes shall be opened one at a time, the technical proposals within them
       Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
        Document: Section 1.            Section Page 9 of 13               File Ref: 489877507.doc
Part 1: Section 1                             Instructions to Bidders
     opened, reading out: the name of the Bidder and any other details as the Procuring Entity may
     consider appropriate.
20.4 No proposal shall be rejected at proposal opening except for late proposals, in accordance with
     ITB Sub-Clause 17.4. Only proposals that are opened and read out at the proposal opening shall
     be considered further.
20.5 The financial proposals shall remain sealed until the time and date notified for the opening of the
     financial proposals. Evaluators of technical proposals shall have no access to the financial
     proposals until the technical evaluation is concluded and the result established.
20.6 The Procuring Entity shall prepare a record of the proposal opening that shall include, as a
     minimum: the name of the Bidder and whether there is a withdrawal, substitution, or
     modification. The Bidders’ representatives who are present shall be requested to sign the
     record. The omission of a Bidder’s signature on the record shall not invalidate the contents and
     effect of the record. A copy of the record shall be distributed to all Bidders.
                                         E.     Evaluation of Proposals
21. Confidentiality
21.1 Information relating to the examination, evaluation and comparison of proposals, and
     recommendation for contract award, shall not be disclosed to Bidders or any other persons not
     officially concerned with such process until information on Contract award is communicated to
     all Bidders.
21.2 Any effort by a Bidder to influence the Procuring Entity in the examination, evaluation and
     comparison of the proposals or Contract award decisions may result in the rejection of its
     proposal.
23.2 A substantially responsive proposal is one that conforms to all the terms, conditions, and
     requirements of the Request for Proposals 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 Consultancy
        Services specified in the Contract; or
    (b) Limits in any substantial way, inconsistent with the Request for Proposals, the Procuring
        Entity’s rights or the Bidder’s obligations under the Contract; or
    (c) If rectified would unfairly affect the competitive position of other Bidders presenting
        substantially responsive proposals.
     Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
       Document: Section 1.           Section Page 10 of 13               File Ref: 489877507.doc
Part 1: Section 1                            Instructions to Bidders
23.3 If a proposal is not substantially responsive to the Request for Proposals, it shall be rejected by
     the Procuring Entity and may not subsequently be made responsive by the Bidder by correction
     of the material deviation, reservation, or omission.
24.2 Provided that a proposal is substantially responsive, the Procuring Entity may request that the
     Bidder submit the necessary information or documentation, within a reasonable period of time,
     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 Bidder to comply with the request may result in the rejection of its proposal.
26.2 The proposals proceeding to the financial evaluation shall be determined in accordance with the
     methodology and criteria specified in Section 3.
     Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
       Document: Section 1.           Section Page 11 of 13               File Ref: 489877507.doc
Part 1: Section 1                            Instructions to Bidders
27.2 The financial proposal(s) shall be opened in the presence of the Bidders’ representatives who
     choose to attend. The name of the Bidder, the quality score and the proposal price(s) shall be
     read aloud and recorded when the financial proposal(s) are opened. The Procuring Entity shall
     prepare minutes of the public opening.
28.2 The Procuring Entity will determine whether the financial proposals are complete. In the case of
     lump sum contracts, activities and items described in the Technical Proposal but not priced, shall
     be assumed to be included in the prices of other activities or items. In the case of Time-Based
     contracts, if Bidders have not costed all items of the corresponding technical proposals, the
     Procuring Entity will cost them and add their cost to the initial price.
28.3 The Procuring Entity will correct any arithmetical errors on the following basis:
    (b) If there is a discrepancy between the unit price and the total price that is obtained by
        multiplying the unit price and quantity, the unit price shall prevail and the total price shall be
        corrected, unless in the opinion of the Procuring Entity there is an obvious misplacement of
        the decimal point in the unit price, in which case the total price as quoted shall govern and
        the unit price shall be corrected;
    (c) If there is an error in a total corresponding to the addition or subtraction of subtotals, the
        subtotals shall prevail and the total shall be corrected; and
    (d) If there is a discrepancy between words and figures, the amount in words shall prevail,
        unless the amount expressed in words is related to an arithmetic error, in which case the
        amount in figures shall prevail subject to (a) and (b) above.
       If the Bidder that submitted the best evaluated proposal does not accept the correction of errors, its
       proposal shall be disqualified.
28.4 Where an activity or line item is quantified in the Financial Proposal differently from the
     Technical Proposal:
    (a) In the case of a Time-Based contract, the Procuring Entity shall correct the quantification
        indicated in the Financial Proposal so as to make it consistent with that indicated in the
        Technical Proposal, apply the relevant unit price included in the Financial Proposal to the
        corrected quantity and correct the total Proposal price;
    (b) In the case of a Lump Sum contract, no corrections shall be applied to the Financial Proposal
        in this respect.
28.5 The Procuring Entity shall convert all proposal prices expressed in various currencies into the
     single currency specified in the BDS, using the official selling exchange rate established by the
     source on the date of submission of the proposals.
28.6 The evaluation shall include those taxes, duties, fees, levies, and other charges imposed under
     the applicable law; and to be applied to foreign and non-permanent resident consultants (and to
     be paid under the contract, unless the consultant is exempted), and estimated in accordance with
     ITB Sub-Clause. 14.3, unless otherwise indicated in the BDS.
     Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
       Document: Section 1.           Section Page 12 of 13               File Ref: 489877507.doc
Part 1: Section 1                             Instructions to Bidders
30. Negotiations
30.1 Prior to the expiration of proposal validity, the Procuring Entity shall notify the successful bidder in
     writing and invite it to negotiate the Contract at the location indicated in the BDS.
30.2 The aim is to reach agreement on all points and initial a draft contract by the conclusion of
     negotiations.
30.3 Negotiations shall commence with a discussion of the technical proposal, including the proposed
     methodology, work plan, staffing and any suggestions to improve the TOR. Agreement shall then
     be reached on the final TOR, the staffing, and the staffing and work schedules, which shall indicate
     activities, staff, periods in the field and in the home office, staff months, logistics and reporting.
     Special attention shall be paid to optimizing the required outputs from the Supplier within the
     available budget and to defining clearly the inputs required from the Procuring Entity to ensure
     satisfactory implementation of the Assignment.
30.4 Changes agreed upon shall then be reflected in the financial proposal, using proposed unit rates. The
     fee rates will not be subject to negotiation, except in the case of Quality Based Selection.
30.5 Having selected the Supplier on the basis of, among other things, an evaluation of proposed key
     professional staff, the Procuring Entity expects to negotiate a contract on the basis of the staff
     named in the proposal. Prior to contract negotiations, the Procuring Entity shall require assurances
     that the staff members will be actually available. The Procuring Entity shall not consider
     substitutions during contract negotiations except in cases of unexpected delays in the starting date or
     incapacity of key professional staff for reasons of health.
30.6 The negotiations shall be concluded with a review of the draft form of the contract. The Procuring
     Entity and the Supplier shall finalize the contract to conclude negotiations. If negotiations fail, the
     Procuring Entity shall invite the next ranked Bidder to Contract negotiations.
                                              F.     Award of Contract
31. Award of Contract
31.1 The Procuring Entity shall award the Contract to the Bidder whose proposal has been
     determined to be the best evaluated proposal and is substantially responsive to the Request for
     Proposals, subject to satisfactory negotiations and provided that such Bidder has been
     determined to be eligible in accordance with the provisions of Clause 3.
31.2 Notwithstanding ITB Sub-Clause 31.1, the Procuring Entity reserves the right to accept or reject
     any proposal, and to cancel the procurement process and reject all proposals, at any time prior to
     the award of Contract, without thereby incurring any liability to the affected Bidder or bidders or
     any obligation to inform the affected Bidder or bidders of the grounds for the Procuring Entity’s
     action.
31.3 Prior to expiry of the period of proposal validity, the Procuring Entity shall notify all Bidders in
     writing of the successful proposal, but this notification shall not constitute a contract award. This
     notification shall be made at least five working days prior to the award of contract.
31.4 Promptly after notification of the proposed award and the elapse of the notification period in
     accordance with ITB Sub-Clause 31.3, the Procuring Entity shall send the successful Bidder the
     contract document.
      Standard RFP for the Procurement of Consultancy Services issued by the PPA (Version 1, January 2006)
       Document: Section 1.            Section Page 13 of 13               File Ref: 489877507.doc