21
Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation” Amman Office مكتب عمان(Informal bidding process) INFORMAL REQUEST FOR PROPOSAL from a firms or a group of individual consultants “End-of-Project Evaluation of the European Union-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulationReference : JOR/RFP-INF/17/06 Closing Date : October 31, 2017 (15h00 Amman local time) Type of Contract : Contract for Services (with firms) or Individual Consultant Contract (with Individuals) Contract Duration : Four (04) weeks Expected Contract Starting Date : November 2, 2017 For technical inquiries, please address your questions to the following email addresses collectively (with making reference to the UNESCO RFP number and title): [email protected] [email protected] [email protected] For procurement and contractual related inquiries, please address your questions to: [email protected] For and on behalf of UNESCO Mr. Jawad Shalan Contracts Officer

(Informal bidding process) - UNESCO

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

Amman Office

مكتب عمان

(Informal bidding process)

INFORMAL REQUEST FOR PROPOSAL

from a firms or a group of individual consultants

“End-of-Project Evaluation of the European Union-Funded Project Technical

assistance to enhance accessibility and use of the Jordanian MoE EMIS for

evidence-based policy formulation”

Reference : JOR/RFP-INF/17/06

Closing Date : October 31, 2017 (15h00 Amman local time)

Type of Contract : Contract for Services (with firms) or Individual Consultant Contract (with Individuals)

Contract Duration : Four (04) weeks

Expected Contract Starting Date

: November 2, 2017

For technical inquiries, please address your questions to the following email addresses collectively (with making

reference to the UNESCO RFP number and title):

[email protected]

[email protected]

[email protected]

For procurement and contractual related inquiries, please address your questions to:

[email protected]

For and on behalf of UNESCO

Mr. Jawad Shalan Contracts Officer

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 2 -

Note to the Offerors:

UNESCO Amman Office hereby seeks qualified firms or a consortium of individual consultants working as one

team in order to provide the services described hereto in this request for proposal. Please read thoroughly the

information provided and the electronic submission instructions.

Technical proposals should include all documents listed in Section Q in respect of the nature of the offering entity

(whether a firm or an individual consultant).

A. PROJECT BACKGROUND

Since its creation in 1945, the United Nations Educational, Scientific and Cultural Organization’s

(UNESCO) mission has been to contribute to the building of peace, poverty eradication, lasting

development and intercultural dialogue. UNESCO Office in Amman strives to promote education in

Jordan as a fundamental human right while aiming to provide access to quality education for all. Across

Jordan, UNESCO is currently implementing comprehensive education programmes that sustain the

resilience and support the effectiveness of the national education system.

Since February 2014, UNESCO Amman Office has been strongly supporting the Ministry of Education,

Jordan, to enhance its Education Management Information System (EMIS) and make better use of its

data for informed decision-making, planning and policy formulation. UNESCO Office in Amman provided

its technical assistance through a EU funded project entitled ‘Technical assistance to enhance

accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation’ launched in

coordination with the World Bank in the framework of the Government’s Education Reform for

Knowledge Economy (ERfKE II) at the request of the Jordan Ministry of Education (MoE). The project,

which ends in November 2017, built upon UNESCO’s three-decade experience and commitment in

strengthening national capacities of Education sector through in-country ‘up-stream’ services, technical

and capacity support in the field of sector-wide policies, planning and management.

UNESCO’s overall objective for the project has been to allow MoE to regain control and ownership of

its EMIS and to be able to make better informed decisions within the sector. The overall desired change

that the project intended to bring about is better provision of education through the availability of better

data. That is, timely, accurate and disaggregated sub-national data for decision-making at central and

decentralized levels. UNESCO and its partners aimed i) to ensure that existing education data are put

to good use, to rectify the current gaps in the country’s EMIS by replacing the old system with a new

system fully owned by the government, ii) to build capacity and transfer technology for the government

to update and manage the new EMIS from year to year, iii) to leverage technological mechanisms for

education information dissemination (tables, graphs, maps, profiles, dashboards) and iv) to provide data

analytics training to education planners to ensure that the data collected by EMIS is integrated with all

relevant external data sources in the country for improved decision-making. In addition to various policy

level technical advisory services to be secured for the MoE by UNESCO, the overall scope of the more

operational level support component related to OpenEMIS implementation was to deliver the following:

(a) A comprehensive scoping of MoE needs for a robust Education Decision Support System; (b) An open and user-friendly access to data and indicators for informed decision making at all

levels; (c) A new cost-effective, easy to upgrade OpenEMIS pilot-tested and rolled-out at all MoE

institutions; (d) A fully-integrated decision-support system with connectivity to external sources in place; (e) A system fully owned by beneficiaries and compliant to UNESCO international standards.

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 3 -

B. PURPOSE AND SCOPE OF THE EVALUATION ASSIGNEMENT

Purpose of the end-of-project evaluation

The main purpose of the evaluation is to assess the performance (activities, outputs, outcomes) of the

project and to generate lessons and recommendations for UNESCO to improve planning,

implementation, management, monitoring and evaluation of future similar interventions.

The evaluation will review the whole project, which began in February 2014 and will conclude on 30

November 2017. The project was implemented in multiple locations in Jordan, at central

(MoE/QRC/NICT), Regional (MoE Field Directorates) and school levels (all 7,000 public and private

schools in Jordan under MoE’s supervision)

Toward the final end of project an independent external evaluation is outlined in the Description of Action

for the project. It states that the evaluation will focus on the following four key areas:

(a) Assessing the achievements of the project outputs and target indicators towards the contribution to the outcomes;

(b) Assessing the effectiveness and efficacy of the project in meeting the stipulated results; (c) Drawing lessons for improving the design and management of similar projects in the future

including identifying issues encountered through implementation and identify the level of engagement and role of the programme stakeholders;

(d) Formulating recommendations for strengthening accountability; including exit strategy and sustainability mechanisms

The evaluation should consider the relevance, effectiveness, efficiency, impact and sustainability of the

overall project in light of the four aforementioned areas. It should also assess the extent to which gender

considerations were mainstreamed in the project.

Scope of the end-of-project evaluation

While complying to achieve the aforementioned purpose of the assignment described in the previous

section, the evaluator shall provide a detailed evaluation methodology to undertake the evaluation in the

inception report with methods of data collection and analysis.

This will take into consideration access challenges in Jordan, which can be discussed with the evaluation

manager. The evaluator will be required to visit various locations in Jordan to collect data. It is expected

that the evaluation firm will arrange transportation and logistics for its project staff in order to meet with

partners and beneficiaries inside and outside Amman.

C. METHODOLOGY

It is expected that a mixed-methods approach will be used due to the nature of the intervention and the

implementation context. Gender sensitivities must be mainstreamed throughout the evaluation.

The evaluation should be participatory to the extent possible given the operational environment in

Jordan. The evaluation should collect and analyse both qualitative and quantitative data.

Evaluation methodology to be used can include, but are not restricted to:

a) Review of secondary data (project documentation including progress reports, UNESCO, Government of Jordan strategic documentation, implementing partner surveys);

b) Conduct interviews with key project stakeholders and beneficiaries in Jordan; c) Field visits to project implementation sites in Jordan; d) Observation;

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 4 -

e) Focus groups with beneficiaries in Jordan (which may require separate ones for males and females and so the evaluation team must be in a position to accommodate this – either with a female lead/junior evaluator or an in country female consultant);

f) Questionnaires (if feasible within the timeframe); and g) Outcome mapping; h) Any other valuable methods to determine the best methods and tools for collecting and analysing

data.

Below are the main criteria of the evaluation to be further refined in the evaluation’s inception report.

Indicative questions are provided below.

Criteria Indicative Questions

Relevance

When it was designed to what extent were the overall objectives of the project and those of each component consistent with the needs of the country and the beneficiaries’ requirements?

To what extent was the project model contextually appropriate and responsive to the needs of the beneficiaries? How has this model gained resonance with or generated support from local stakeholders (government, private sector, communities)?

As the context continuously changed was the Programme and each component/activities still relevant? Were the changes made in response sufficient?

Was it appropriate to have a country project of six components and multiple activities? Were the components and activities integrated or not, and if not, should they have been?

Which activities of the project should be flagged for further exploration or analysis?

To what extent has the project fostered coordination with other funders/initiatives and integration with other providers of similar activities?

Efficiency

Did any external/internal factors positively or negatively influence the project’s implementation? Were any problems or bottlenecks encountered? If so, what were they?

Were the outputs delivered in a timely manner? Where applicable, were delays experienced by the project reasonable, given the local context?

What measured were taken to ensure that resources were efficiently used?

Was the project overall, and each component/activity, cost efficient (funding, personnel, installations and resources?)

Effectiveness

How well did UNESCO plan, manage, and coordinate the project overall?

To what extent were the objectives achieved? What major factors influenced the achievement or non-achievement of the objectives? How well were the objectives designed initially and what can be improved for the design of future projects?

Did the context in Jordan affect delivery of the project? Did UNESCO plan well for potential changes?

Were there examples of innovation and best practice?

How effective and useful was the project’s M&E strategy? How adequate were data collection tools to obtain useful and valid/reliable data? To what extent were data supporting project related decision-making and allowing the program to make timely adjustments?

To what extent were beneficiaries (direct and indirect) satisfied with the services delivered?

What were the positive and negative, primary and secondary short-term effects produced by the project, directly or indirectly, intended or unintended?

Impact

To what extent is the project positioned to generate meaningful change in the future, considering that the impacts of such interventions are often longer term in nature?

What are possible short- and medium-term positive/negative impacts of the project? How can positive aspects be maximized or replicated/scaled up in the future?

To what extent are differences in impact explained by variations in implementation?

Sustainability

Will the benefits from the project continue into the future and what is the probability of continued longer-term benefits?

What aspects of the project are likely to be most sustainable into the future?

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 5 -

What is the likelihood that the benefits from the project will be maintained for a reasonable period of time after the end of the project?

To what extent were project activities institutionalized or contributed to mainstreaming them within the MoE plan/structure/programme?

The key lessons learned and recommendations should be outlined, especially related to planning,

implementation, management, monitoring and evaluation of Education Policy, Planning and

Management projects.

D. POTENTIAL USES OF THE EVALUATION

The end of project evaluation will contribute to UNESCO’s overall accountability to its donor, the

European Union. The findings will support organizational learning and accountability regarding the

project overall, in addition to the development and implementation of future UNESCO Education Policy,

Planning and Management programmes.

The key stakeholders / users of the evaluation are the European Union, UNESCO HQ, UNESCO Office

in Amman and where applicable the Government of Jordan, UNESCO’s sub-contracted partners and

the direct/indirect beneficiaries. The results will be circulated within UNESCO and included as part of

the final project report to the European Union.

E. DELIVERABLES UNDER CONTRACT

The deliverables for the evaluation are:

a) Inception Report The evaluator should write and submit an inception report (of no more than 7 pages, excluding annexes)

following their initial desk review of documentary information and discussion with the evaluation

manager. The Inception Report should contain an evaluation plan and list of reviewed documents. The

evaluation plan should contain a proposed methodology and an evaluation matrix showing how each

evaluation question will be answered by way of proposed data collection sources, data collection

methods and data analysis techniques. It is expected that the evaluators will propose evaluation sub-

questions to delve further into each component. The evaluators should also design contextually

appropriate tools to conduct field work and data collection. The draft tools should be presented with the

inception report and may be further refined with the support of UNESCO staff. The report should contain

a proposed schedule of tasks, activities and deliverables. The Inception Report will be sent to and

discussed with the Evaluation Supervisor. It will be reviewed by UNESCO and the Evaluation Supervisor

will approve it and the next steps.

b) Data Collection/Field Work The evaluator will meet with key stakeholders and beneficiaries in the field. It is expected that the

evaluator will need to communicate in Arabic and English to successfully complete this work and gender

sensitivities must be taken into consideration. All field work will be arranged and undertaken by the

evaluator.

c) Debriefing with key stakeholders The evaluator will debrief key UNESCO stakeholders after data collection has been completed where

they will present emerging key findings and recommendations for the Draft Evaluation Report. The

stakeholders will review and provide feedback on these to prepare for writing the Draft Evaluation

Report.

d) Draft Evaluation Report A Draft Evaluation Report, no longer than 40 pages, not including annexes, shall be submitted as per

the timeline below. UNESCO will review the report and the Evaluation Supervisor and relevant UNESCO

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 6 -

staff will meet with the evaluators to provide feedback to produce the Final Report. The report should

adopt the following structure:

Executive Summary (2-3 pages)

Evaluation purpose

Evaluation methodology

Main findings

Lessons learnt

Recommendations

Annexes (including review list, key documents reviewed, pictures, etc.)

e) Final Evaluation Report A Final Evaluation Report of no longer than 40 pages, not including annexes, shall be submitted as per

the timeline below, according to the agreed structure. A five (5) page executive summary report should

also be submitted containing a summary of the main findings and recommendations.

f) Presentation of final report The Evaluator will deliver a presentation of the final report including key findings and recommendations

to the key UNESCO stakeholders after the Final Report is approved.

F. DURATION OF THE ASSIGNMENT

It is expected that a maximum of 30 days is required to complete the evaluation in its entirety including

the following steps: pre-inception meeting, inception report, field work/data collection and final report

including a minimum of 2 visits to Jordan (leaving the length of each visit left to the Evaluator’s discretion

but should be carefully assessed by UNESCO). An evaluation team of two individuals (one senior and

one junior evaluator) is recommended.

Overall timeframe: The start date for the evaluation is tentatively on 2nd of November 2017 and ends

by 30th November 2017.

G. ACTIVITIES TIMELINES

(Note: this is a tentative timeline, the proposer will be have the right to adjust as necessary and will be

eventually evaluated according to the work plan considering a creative, suitable and reasonable

approach and workplan)

# Output Timeline *

1. Pre-inception meeting 3 days

2. Evaluation inception report containing proposed methods,

proposed sources of data, and data collection procedures,

proposed schedule of tasks, activities and deliverables in addition

to evaluation matrix

After conclusion of

necessary meetings

After Review of documents.

Within 7 days

3. A first draft of the evaluation as a result of pre-inception,

inception, fields visits/ data collection, debriefing with

stakeholders and initial desk work

Within 10 days

4. Final evaluation report: the report should include but not limited

to the following sections:

Title page List of acronyms and abbreviations Table of contents, including list of annexes

Within 17 days

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 7 -

Executive summary Introduction: background and context of the programme Description of the project – its logic theory, results framework

and external factors likely to affect success Purpose of the evaluation; key questions and scope of the

evaluation with information on limitations and de-limitations Approach and methodology Findings; summary and explanation of findings and

interpretations Conclusions and recommendations; lessons learned. Annexes

5. Presentation of evaluation results to UNESCO and stakeholders Within the overall 30 days

*excluding travel days

H. Important timelines: It is expected that at least three visits to Jordan should be planned, including an initially pre-inception

report briefing during the last week of October/ first week of November 2017 (to be confirmed once the selection process has been completed).

The final report should be approved by UNESCO no later than the 25 of November 2017. The presentation/debriefing meeting on evaluation to be completed by 30 November 2017.

I. Useful information: Jordan’s working days in the week : SUN to THU (FRI & SAT are off) Government of Jordan working office hours : 8:30 am to 3:00 pm UNESCO Amman Office working hours : 8 am to 3:30 pm

J. MAJOR ROLES AND RESPONSIBILITIES

The Evaluator will report to the Project Officer (Evaluation Supervisor) in the UNESCO Office in Amman

Education Sector. The Evaluation Supervisor will provide all documents and information required to the

evaluators and facilitate access to UNESCO staff. All documents for approval, queries and issues will

be sent to the Evaluation Supervisor. Deliverables will be approved by the Evaluation Supervisor

following internal consultation with relevant staff including UNESCO IOS Evaluation Division and

thematic project officers.

UNESCO will organize an internal meeting for the evaluator to present the findings and UNESCO will

send the report to the donor. UNESCO will provide an introduction to Government and Donor, but the

evaluators will be responsible for contacting all sub-contracted partners and direct and indirect

beneficiaries. Where challenges are encountered in contacting sub-contracted partners, UNESCO may

be able to intervene to facilitate meetings.

All field arrangements will be arranged by the evaluator. UNESCO is not in a position to provide office

space for the full period of the evaluation, but with advance notice temporary space may be made

available (This needs to be planned in advance with the Evaluation Supervisor and cannot be

guaranteed.)

K. MINIMUM QUALIFICATIONS FOR THE KEY EVALUATION TEAM

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 8 -

L. # M. Role N. Qualifications

1

Senior Evaluator

Minimum qualifications/ experience

Education:

At least a Master degree, preferably a Doctorate, in Education, International Development international or a similar field related to education, social sciences, monitoring and evaluation, etc.

Professional Experience:

A minimum of 15 years relevant experience undertaking evaluations is required including proven practical professional experience in designing and conducting major evaluations in the field of Education Management Information System, Education Planning and Management.

Substantive experience in evaluating similar education projects related to education planning tools with at least one project value exceeds 1Million USD

Substantive experience in evaluating projects and programmes with gender perspectives is an asset.

Excellent and proven knowledge of evaluation methodologies and approaches.

Knowledge of the education system in Jordan.

Experience with final or summative evaluation, preferably with UN agencies, is an asset.

Proven experience in producing coherent, clear analytic reports and knowledge pieces is a requirement.

Knowledge of the role and mandate of European Union and UNESCO (desirable).

Skills and competencies:

Excellent English writing and communication and analytical skills are required; understanding, speaking and reading Arabic language is a plus

Proficiency in Microsoft Office Word, Excel, and Power Point

Work under pressure against strict deadlines,

Think out-of-the-box,

Present complex issues persuasively and simply.

Proven capacity to contextualize global trends in accordance with the dynamics of the operating (working) environment

O. 2 Junior Evaluator

Minimum qualifications/ experience

Education:

Master degree in Education, International Development international or a similar field related to education, social sciences, monitoring and evaluation, etc.

Professional Experience:

A minimum of 3 to 5 years relevant experience undertaking evaluations is required including proven practical professional experience in designing and conducting major evaluations in the field of Education Management Information System, Education Planning and Management.

Experience in evaluating similar projects related to education planning tools.

Excellent and proven knowledge of evaluation methodologies and approaches.

Solid knowledge of the Jordanian natural context, government structure and national policies.

Experience in evaluating projects and programmes with gender perspectives is an asset.

Experience with final or summative evaluation, preferably with UN agencies, is an asset.

Proven experience in producing coherent, clear analytic reports and knowledge pieces is a requirement.

Skills:

Fluent in both Arabic and English languages

Excellent writing, communication and analytical skills are required

Proficicency in Microsoft Office Word, Excel, and Power Point

Desired qualifications/ experience

Knowledge of the education system in Jordan

Knowledge of the role and mandate of European Union and UNESCO.

P. 3 Other staffing

If the evaluation team proposes additional experts to provide specific complementary services, the names, roles and CVs should be included.

Useful information:

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 9 -

In view of the specific nature of the assignment (including possible cultural sensitivities), it is important that at least one member of the team or an external consultant is hired to support data collect and other aspects of the evaluation process that will involve direct interaction and engagement with female beneficiaries. Preference will be given to an evaluation team that consists of at least one female.

Staff proposed by the evaluator are expected to be authorized to work in Jordan and be able to travel to Jordan.

Q. SUBMISSION REQUIREMENTS

Type of Applicant Minimum data/ documents compromising technical proposal Firms Firm registration documents

Firm’s CV/ firm’s capability statement Letter-headed by Bank on bank details of the applicant firm Reference letters (3 references) CVs of proposed staff/ consultants Project management methodolgy History of previous/ similar projects Methodology and technical approach Work plan & Gantt chart Annexes II to V

Individual Consultants (a combination of two evaluations)

Most updated CVs for proposed consultants History of previous/ similar projects per each consultant Reference letters (3 references) Methodology and technical approach Roles of each consultant and reporting arrangments Work plan & Gantt chart Annex II to V (annex IV and V should be repeated per each consultant)

R. SUBMISSION GUIDELINES

The Offeror shall submit electronically a SIGNED technical and financial proposals by 23 October 2017 – 15hrs00

(Amman local time) in two separate emails. The maximum size of a single email is 10MB. Sample works can be

submitted via DROPBOX or WETRANSFER.

Technical proposal to:

E-MAIL ADDRESS: [email protected]; [email protected]

SUBJECT EMAIL: JOR/RFP-INF/17/06 (TECHNICAL PROPOSAL)

NAME OF PDF FILE: [YOUR COMPANY NAME OR NAME] _ JOR/RFP-INF/17/06 _ (EMIS External

Evaluation) _TECH PROPOSAL

Financial proposal to be submitted ONLY to:

EMAIL ADDRESS: [email protected];

SUBJECT EMAIL: JOR/RFP-INF/17/06 (FINANCIAL PROPOSAL)

NAME OF PDF FILE: [YOUR COMPANY NAME] _ JOR/RFP-INF/17/06 _ (EMIS External Evaluation)

_PRICE PROPOSAL

Important Note:

Financial proposal should be submitted in PDF format with a password protection. UNESCO will contact applicants whose technical proposals were found responsive.

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 10 -

ANNEX I – PROJECT BACKGROUND

This project is an EU-founded project aims at providing technical assistant to the Jordanian Ministry of

Education to enhance accessibility and use of EMIS for evidence-base policy formulation.

The project includes six main components with several activities implemented within each component:

Component 1: Technical reviews, needs assessments and inventories of human, technical,

institutional capacities or procedural issues

Expected output(s):

Comprehensive scoping of MoE needs for a robust Education Decision Support System.

Project Component Activities:

Comprehensive legal review of all expired and ongoing contracts with the EduWave vendor;

Development of a first outline of Strategic EMIS Master Plan;

Assessment of human capacity, training needs and development of comprehensive training plan for various levels of OpenEMIS users;

Updating of inventories of MoE hardware, software, network, intranet/internet facilities and assessment of upgrading requirements;

Review of data collection processes/tools, recordkeeping practices and recommendation of procedures for better data quality assurance framework;

In-depth assessment of data quality issues associated with data in the current Eduwave system and implications for future quality control procedures;

Extensive desk review of the GOPA report's specifications for the 31 Key Performance Indicators (KPIs) and mapping of source data gaps;

Review, improvement or re-definition of the quality standards for the KPIs statistical validity and reliable operational interpretation;

Comprehensive mapping and prioritization of major groups of user’s additional data/indicators requirements;

Scoping and formats definition for additional dynamic reporting tools. In-depth assessment of data warehouse (data cube) and queries required.

Component 2: Consolidation and expansion of the Jordan OpenEMIS indicators automation,

reporting and data visualization features

Expected output(s):

Completion of the migration of historical and current dataset and other sources into the new OpenEMIS.

Project Component Activities:

Completion of the migration of historical and current dataset and other sources into the new OpenEMIS;

Identification of data related to the 31 KPIs calculation from existing sources outside EDUWAVE system and migration/warehousing into OpenEMIS;

Extensive cleansing of all migrated historical dataset to establish sound and accurate baseline data series;

Automation of Business Intelligence (BI) tools for priority/user-defined indicators in a bilingual (R2L) Interactive Online Dashboard reporting and mapping (GIS) interface;

Iterative user-acceptance tests, amendments and validation of OpenEMIS standard reports and dynamic data visualization and reporting interface;

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 11 -

Five Training of Trainers (TOT) for DEPR staff on OpenEMIS use (incl. GIS-based school mapping and micro-planning, budgeting, projection and simulation etc.);

Upgrading of MoE intranet and website capabilities for bug-free deployment of the OpenEMIS data visualisation and reporting interface;

Full deployment/rollout of the OpenEMIS data visualisation and reporting interface;

Training of MoE Executive Officials (Central and Field Directorate levels) on the OpenEMIS data visualisation and reporting interface;

Training of MoE technical Level Officials (Central and Field Directorate levels) on the OpenEMIS data visualisation and reporting interface;

Training of MoE teacher trainers, supervisors, counselors, public and private school principals, school management boards and teachers;

Launching of online self-learning training modules for MoE external users (donors/partners, CSOs, parents, etc.);

Training of DEPR staff on the OpenEMIS data visualisation and reporting interface updating and maintenance;

Production, e-printing and dissemination of first series of short advocacy materials and evidence-based policy briefs for different audiences;

Automation of new indicators into the OpenEMIS data visualisation and reporting interface and validate during new data entry interface pilot phase.

Component 3: OpenEMIS enhancement, pilot-test, consolidation and deployment

Expected output(s):

New cost-effective, easy to upgrade OpenEMIS pilot-tested and rolled-out across all MoE institutions.

Project Component Activities:

Customization of OpenEMIS data model to expand data entry tools to new data requirements for priority indicators (KPIs, incl. TVET data and others);

Development and iterative pre-testing of a bilingual web-based user-friendly data entry interface;

Development and iterative pre-testing of user credential management portal;

Automation of key data-cleaning rules and iterative pre-testing of new data quality control procedures within OpenEMIS for all data entry sources;

Definition of scope of pilot-test, of sample, of protocols/procedures and measurable success factors or parameters;

Pilot-testing of the full set of the new OpenEMIS data entry, reporting and data visualisation interfaces with sample schools and other users;

Iterative user acceptance tests of the amended interfaces and validation;

Upgrading of MoE hardware infrastructure (procurement and installation of servers, computers, tablets, network, intranet/internet etc.);

Independent evaluation and testing of fitness or proper calibration of the installed hardware infrastructure;

Full features of OpenEMIS deployment/rollout;

Training of EMIS system administrators and system maintenance team abroad (at OpenEMIS labs - Singapore);

Training of IT infrastructure maintenance team abroad (at OpenEMIS labs - Singapore);

Training of DEPR staff as trainers on the OpenEMIS interfaces;

Training of data entry staff and users on record-keeping, basic IT skills (e.g. ICDL), on OpenEMIS data entry and use interfaces, on basic statistical literacy;

School-based management training for supervisors, principals, school board members and teachers using of OpenEMIS for decision-making;

Full release of OpenEMIS documentation and source codes to the MoE (EMIS Super Administrator);

Implementation and testing of online support system services to users.

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 12 -

Component 4: OpenEMIS expansion or connectivity to additional data sources

Expected output(s):

Fully-integrated decision-support system in place.

Project Component Activities:

Enhancement, testing, and integration or extranet connection to OpenEMIS of the Civil Status Database (vital registration);

Enhancement, testing, and integration or extranet connection to OpenEMIS of Government Finance Management Information System (GFMIS);

Enhancement, testing, and integration or extranet connection to OpenEMIS of an Education Personnel Management Information System (EPMIS);

Enhancement, testing, and integration or extranet connection to OpenEMIS of Examinations data Management Information System (EXAMIS);

Development of information sharing interface with other national databases or platforms (e.g.: MoICT e-Govmt, MoI, MoI\VTCs, NAF, Child Labor …);

Independent evaluation of the OpenEMIS integrated Education Decision Support System and of the sustainability of maintenance strategy/cost.

Component 5: Advisory Services on evidence-based and cost-effective practices for quality

teaching, sector-wide policy formulation, budgeting and decision-making

Expected output(s):

Improved efficiency and cost-effectiveness the MoE structures in the delivery of job-market relevant and better quality teaching.

Project Component Activities:

I. Complementary Technical Advisory Services:

Technical Advisory Services for the Refinement and Operationalization of MoE Teachers Policy Framework;

Technical Advisory Services for the Rationalization of the Government of Jordan Education Financing and Expenditure Framework;

Technical Advisory Services and Capacity Development Tools in GIS-based School Mapping for Equity and Rationalization of the Educational Facilities Network across Jordan;

Technical Advisory Services for the operationalization of the MoE ICT strategy;

Technical Advisory Services for the incorporation of the National Conference on Human Resources outcomes into MoE Vocational Education strategies and plans.

II. Accelerated Capacity Development Plan (ACDP):

Support to the re-organization and operationalization of Central EMIS operations through expansion of UNESCO Project Desk in MoE;

Revision of the yearly EMIS work plan and preparation of a Manual for EMIS Operation;

Data quality monitoring framework;

Support to the establishment of an operational GIS unit in the MoE;

Central Trainings on EMIS work plan and Manual for EMIS Operation;

Strategic Advisory Services to MoE for expansion and consolidation of EMIS operations;

Finalization and roll-out of the Staff Appraisal EMIS Module;

Development of an EMIS E-Fitness Module;

Analysis of 2016-2017 EMIS Datasets Accuracy;

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 13 -

Reactivation of the EMIS Help Desk;

Assessment, maintenance and security enhancement of EMIS central IT systems. The Complementary Technical Advisory Service Component was added to the project in October 2016,

extending the initial project duration from 33 to 43 months.

The Accelerated Capacity Development Plan (ACDP) was added to the project in June 2017 and

extended the project from 43 to 46 months.

Component 6: MoE and EMIS SC Oversight, monitoring and quality control of project's

deliverables

Expected output(s):

A system fully compliant to beneficiary needs and international standards in place.

Project Component Activities:

Project Management and Oversight.

The project was led by the UNESCO Office in Amman Education Sector with a dedicated project team

assigned to manage day-to-day implementation of the project. The project team included a Project

Officer (Project Manager), assistant project officer and a project administrative assistant. The project

was coordinated with the European Union Delegation in Amman, relevant Government partners and

other UN agencies and implemented in partnership with several sub-contracted organizations.

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 14 -

ANNEX II – PROPOSAL SUBMISSION FORM

TO: UNESCO

Ref.: JOR/RFP-INF/17/06

Dear Sir / Madam,

Having examined the information provided in the request for proposal (informal solicitations process),

the receipt of which is hereby duly acknowledged, we, the undersigned, offer to media production

services for the sum as may be ascertained in accordance with the Price Schedule attached herewith

and made part of this Proposal.

We undertake, if our Proposal is accepted, to commence and complete delivery of all services specified

in the contract within the time frame stipulated.

We agree to abide by this Proposal for a period of 60 days from the Proposal Closing Date as stipulated

in the Solicitation Documents, and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

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

Name of Offeror

Address of Offeror:

Authorised Signature:

Name & title of Authorised Signature:

Date:

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 15 -

ANNEX III – PRICE SCHEDULE FORM

GENERAL INSTRUCTIONS

1. The Offeror is asked to prepare this Price Schedule as in a separate document from the rest of the technical proposal response

to be send to the specified email; having the financial price in a PDF file.

2. All prices/rates quoted must be exclusive of all taxes, since the UNESCO is exempt from taxes

3. The Price Schedule must provide a detailed cost breakdown. Provide separate figures for each functional grouping or category.

If the contractor is required to travel in order to perform the work described in the TOR, a lump sum must be included in the total

amount or to be listed separately. No travel shall be reimbursed.

4. It is the policy of UNESCO not to grant advance payments except in unusual situations where the potential contractor whether

a private firm, NGO or a government or other entity, specifies in the proposal that there are special circumstances warranting an

advance payment. UNESCO, at its discretion, may however determine that such payment is not warranted or determine the

conditions under which such payment would be made. Any request for an advance payment is to be justified and documented and

must be submitted with the financial proposal. This justification shall explain the need for the advance payment, itemise the amount

requested and provide a time-schedule for utilisation of said amount.

Financial Proposal / Price Schedule

(To be separated from the technical proposal and pdf-password protected)

Request for Proposal Ref: JOR/RFP-INF/17/06

Total Financial Proposal [currency/amount]:

Date of Submission:

Authorized Signature:

Part 1: Price Breakdown

(a) Key resources

Function Remuneration description Rate per Day [currency/ amount]

Number of days

Total [currency/amount]

Senior Evaluator [please insert name here]

Services at Home Office (if applicable)

Services on site (if applicable)

Junior Evaluator [please insert name here]

Services at Home Office (if applicable)

Services on site (if applicable)

(b) Any additional resources (if any) that Offeror foresee necessary for the implementation (optional for UNESCO)

(Please add lines as necessary)

Function Remuneration description Rate per Day [currency/ amount]

Number of days

Total [currency/amount]

[please insert function and name here]

Services at Home Office (if applicable)

Services on site (if applicable)

[please insert function and name here]

Services at Home Office (if applicable)

Services on site (if applicable)

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 16 -

(c) Other Expenses

Description of Activity/Item* No of

Consultants Unit Cost

[currency/ amount] Quantity

Total [currency/amount]

1 Travel

2 Per Diem Allowances

3 Communications

4 Reproduction and Reports

5 Equipment and other items

6 Others (please specify)

(*Items 3 and onward are applicable to firms only)

Part 2: Price per Deliverables

Payment will be issued in three installments based on the following deliverable schedule.

No Deliverable Due Date Max.

Percentage

from payment

Amount and

Currency

1 Approved Inception report 10%

2 Approved draft report 40%

3 Approved final report 40%

4 Successful presentation for the outcomes of

evaluation

10%

Total

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 17 -

ANNEX IV – Vendor Information Form

General Information

Company/ Consultant Name:

City, Country

Web Site URL:

Contact Person:

Title:

Phone:

Email Address:

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

Organization Name/Country: Contact person: Telephone: Email:

1.

2.

3.

Request for Proposal (JOR/RFP-INF/17/06) “End-of-Project Evaluation of the EU-Funded Project Technical assistance to enhance accessibility and use of the Jordanian MoE EMIS for evidence-based policy formulation”

- 18 -

ANNEX V – VENDOR(S) INFORMATION FORM

Please provide 1) copy of firm’s registration (applicable to firms) 2) Letter by your bank stating your bank details

VENDOR INFORMATION (please use capital letters)

Title (Mr, Mrs, Ms , Company, Organization) :

Name / Company name :

Date and place of birth :

Nationality :

Profession / Area of expertise :

Street name / House Number :

Postal Code / City :

P.O. Box :

Country :

Telephone :

Fax :

Email :

Language of correspondence :

Tax Code 1 / Tax Code 2 :

Contact 1

Contact 2

BANK INFORMATION (please attach copy of bank details which you should obtain from your bank)

Full bank name :

Full agency name :

Full bank address :

Bank Postal code / Bank City :

Bank country :

SWIFT/BIC code :

IBAN

Bank code & branch code :

Bank account Number :

Control Key (if applicable) :

Account holder name :

Account currency :

Additional banking information :

(i.e. CHIPS UID, ABA, PayThru, etc…)

JOR/RFP-INF/17/06

GENERAL CONDITIONS OF CONTRACT

1. LEGAL STATUS The Contractor shall be considered as having the legal status of an

independent contractor vis-à-vis UNESCO. The Contractor’s

personnel and sub-contractors shall not be considered in any respect

as being the employees or agents of UNESCO.

2. SOURCE OF INSTRUCTIONS The Contractor shall neither seek nor accept instructions from any

authority external to UNESCO in connection with the performance of

its services under this Contract. The Contractor shall refrain from any

action, which may adversely affect UNESCO or the United Nations

and shall fulfill its commitments with the fullest regard to the interests

of UNESCO.

3. CONTRACTOR’S RESPONSIBILITY FOR EMPLOYEES The Contractor shall be responsible for the professional and technical

competence of its employees and will select, for work under this

Contract, reliable individuals who will perform effectively in the

implementation of this Contract, respect the local customs, and

conform to a high standard of moral and ethical conduct.

4. ASSIGNMENT The Contractor shall not assign, transfer, pledge or make other

disposition of this Contract or any part thereof, or any of the

Contractor’s rights, claims or obligations under this Contract except

with the prior written consent of UNESCO.

5. SUB-CONTRACTING In the event the Contractor requires the services of sub-contractors,

the Contractor shall obtain the prior written approval and clearance

of UNESCO for all sub-contractors. The approval of UNESCO of a

sub-contractor shall not relieve the Contractor of any of its obligations

under this Contract. The terms of any sub-contract shall be subject to

and conform with the provisions of this Contract.

6. OFFICIALS NOT TO BENEFIT The Contractor warrants that no official of UNESCO has received or

will be offered by the Contractor any direct or indirect benefit arising

from this Contract or the award thereof. The Contractor agrees that

breach of this provision is a breach of an essential term of this

Contract.

7. INDEMNIFICATION The Contractor shall indemnify, hold and save harmless, and defend,

at its own expense, UNESCO, its officials, agents, and employees

from and against all suits, claims, demands, and liability of any nature

or kind, including their costs and expenses, arising out of acts or

omissions of the Contractor, or the Contractor’s employees, officers,

agents or sub-contractors, in the performance of this Contract. This

provision shall extend, inter-alia, to claims and liability in the nature

of workmen’s compensation, products liability and liability arising out

of the use of patented inventions or devices, copyrighted material or

other intellectual property by the Contractor, its employees, officers,

agents, servants or sub-contractors. The obligations under this

Article do not lapse upon termination of this Contract.

8. INSURANCE AND LIABILITIES TO THIRD PARTIES The Contractor shall provide and thereafter maintain insurance

against all risks in respect of its property and any equipment used for

the execution of this Contract. The Contractor shall provide and

thereafter maintain all appropriate workmen’s compensation

insurance, or its equivalent, with respect to its employees to cover

claims for personal injury or death in connection with this Contract.

The Contractor shall also provide and thereafter maintain liability

insurance in an adequate amount to cover third party claims for death

or bodily injury, or loss of or damage to property, arising from or in

connection with the provision of services under this Contract or the

operation of any vehicles, The Contractor shall provide and thereafter

maintain all appropriate workmen's compensation insurance, or its

equivalent, with respect to its employees to cover claims for personal

injury or death in connection with this Contract or the operation of any

vehicles, boats, airplanes or other equipment owned or leased by the

Contractor or its agents, servants, employees or sub-contractors

performing work or services in connection with this Contract. Except

for the workmen’s compensation insurance, the insurance policies

under this Article shall:

8.1 Name UNESCO as additional insured;

8.2 Include a waiver of subrogation of the Contractor’s rights to the

insurance carrier against UNESCO;

8.3 Provide that UNESCO shall receive thirty (30) days written notice

from the insurers prior to any cancellation or change of coverage8.4

The Contractor shall, upon request, provide UNESCO with

satisfactory evidence of the insurance required under this Article.

9. ENCUMBRANCES/LIENS The Contractor shall not cause or permit any lien, attachment or other

encumbrance by any person to be placed on file or to remain on file

in any public office or on file with UNESCO against any monies due

or to become due for any work done or materials furnished under this

Contract, or by reason of any other claim or demand against the

Contractor.

10. TITLE TO EQUIPMENT Title to any equipment and supplies that may be furnished by

UNESCO shall rest with UNESCO and any such equipment shall be

returned to UNESCO at the conclusion of this Contract or when no

longer needed by the Contractor. Such equipment, when returned to

UNESCO, shall be in the same condition as when delivered to the

Contractor, subject to normal wear and tear. The Contractor shall be

liable to compensate UNESCO for equipment determined to be

damaged or degraded beyond normal wear and tear.

11. COPYRIGHT, PATENTS AND OTHER PROPRIETARY RIGHTS UNESCO shall be entitled to all intellectual property and other

proprietary rights including but not limited to patents, copyrights, and

trademarks, with regard to products, or documents and other

materials which bear a direct relation to or are produced or prepared

or collected in consequence of or in the course of the execution of

this Contract. At UNESCO’s request, the Contractor shall take all

necessary steps, execute all necessary documents and generally

assist in securing such proprietary rights and transferring them to

UNESCO in compliance with the requirements of the applicable law

12. USE OF NAME, EMBLEM OR OFFICIAL SEAL OF UNESCO OR THE UN The Contractor shall not advertise or otherwise make public the fact

that it is a Contractor with UNESCO, nor shall the Contractor, in any

manner whatsoever use the name, emblem or official seal of

JOR/RFP-INF/17/06

UNESCO, or any abbreviation of the name of UNESCO in connection

with its business or otherwise.

13. CONFIDENTIAL NATURE OF DOCUMENTS AND

INFORMATION

Drawings, photographs, plans, reports, recommendations, estimates,

documents and all other data compiled by or received by the

Contractor under this Contract shall be the property of UNESCO,

shall be treated as confidential and shall be delivered only to

UNESCO authorized officials on completion of work under this

Contract. The Contractor may not communicate at any time to any

other person, Government or authority external to UNESCO, any

information known to it by reason of its association with UNESCO,

which has not been made public except with the authorization of

UNESCO; nor shall the Contractor at any time use such information

to private advantage. These obligations do not lapse upon

termination of this Contract.

14. FORCE MAJEURE; OTHER CHANGES IN CONDITIONS

Force majeure, as used in this Article, means acts of God, war

(whether declared or not), invasion, revolution, insurrection, or other

acts of a similar nature or force, which are beyond the control of the

Parties. In the event of and as soon as possible after the occurrence

of any cause constituting force majeure, the Contractor shall give

notice and full particulars in writing to UNESCO, of such occurrence

or change if the Contractor is thereby rendered unable, wholly or in

part, to perform its obligations and meet its responsibilities under this

Contract. The Contractor shall also notify UNESCO of any other

changes in conditions or the occurrence of any event, which

interferes or threatens to interfere with its performance of this

Contract. The notice shall include steps proposed by the Contractor

to be taken including any reasonable alternative means for

performance that is not prevented by force majeure. On receipt of the

notice required under this Article, UNESCO shall take such action as,

in its sole discretion, it considers to be appropriate or necessary in

the circumstances, including the granting to the Contractor of a

reasonable extension of time in which to perform its obligations under

this Contract. If the Contractor is rendered permanently unable,

wholly, or in part, by reason of force majeure to perform its obligations

and meet its responsibilities under this Contract, UNESCO shall have

the right to suspend or terminate this Contract on the same terms and

conditions as are provided for in Article 15, “Termination”, except that

the period of notice shall be seven (7) days instead of thirty (30) days.

15. TERMINATION

Either party may terminate this Contract for cause, in whole or in

part, upon thirty days notice, in writing, to the other party. The

initiation of arbitral proceedings in accordance with Article 16

“Settlement of Disputes” below shall not be deemed a termination of

this Contract. UNESCO reserves the right to terminate without cause

this Contract at any time upon 15 days prior written notice to the

Contractor, in which case UNESCO shall reimburse the Contractor

for all reasonable costs incurred by the Contractor prior to receipt of

the notice of termination. In the event of any termination by UNESCO

under this Article, no payment shall be due from UNESCO to the

Contractor except for work and services satisfactorily performed in

conformity with the express terms of this Contract. The Contractor

shall take immediate steps to terminate the work and services in a

prompt and orderly manner and to minimize losses and further

expenditures. Should the Contractor be adjudged bankrupt, or be

liquidated or become insolvent, or should the Contractor make an

assignment for the benefit of its creditors, or should a Receiver be

appointed on account of the insolvency of the Contractor, UNESCO

may, without prejudice to any other right or remedy it may have,

terminate this Contract forthwith. The Contractor shall immediately

inform UNESCO of the occurrence of any of the above events.

16. SETTLEMENT OF DISPUTES 16.1 Amicable Settlement The Parties shall use their best efforts to settle amicably any dispute,

controversy or claim arising out of, or relating to this Contract or the

breach, termination or invalidity thereof. Where the parties wish to

seek such an amicable settlement through conciliation, the

conciliation shall take place in accordance with the UNCITRAL

Conciliation Rules then obtaining, or according to such other

procedure as may be agreed between the parties.

16.2 Arbitration Unless, any such dispute, controversy or claim between the Parties

arising out of or relating to this Contract or the breach, termination or

invalidity thereof is settled amicably under the preceding paragraph

of this Article within sixty (60) days after receipt by one Party of the

other Party’s request for such amicable settlement, such dispute,

controversy or claim shall be referred by either Party to arbitration in

accordance with the UNCITRAL Arbitration Rules then obtaining,

including its provisions on applicable law. The arbitral tribunal shall

have no authority to award punitive damages. The Parties shall be

bound by any arbitration award rendered as a result of such

arbitration as the final adjudication of any such controversy, claim or

dispute.

17. PRIVILEGES AND IMMUNITIES

Nothing in or relating to this Contract shall be deemed a waiver,

express or implied, of any of the privileges and immunities of

UNESCO.

18. TAX EXEMPTION

18.1 Section 7 of the Convention on the Privileges and Immunities

of the United Nations provides, inter-alia, that UNESCO, is exempt

from all direct taxes, except charges for public utility services, and is

exempt from customs duties and charges of a similar nature in

respect of articles imported or exported for its official use. In the event

any governmental authority refuses to recognize the UNESCO

exemption from such taxes, duties or charges, the Contractor shall

immediately consult with UNESCO to determine a mutually

acceptable procedure.

18.2 Accordingly, the Contractor authorizes UNESCO to deduct

from the Contractor’s invoice any amount representing such taxes,

duties or charges, unless the Contractor has consulted with UNESCO

before the payment thereof and UNESCO has, in each instance,

specifically authorized the Contractor to pay such taxes, duties or

charges under protest. In that event, the Contractor shall provide

JOR/RFP-INF/17/06

UNESCO with written evidence that payment of such taxes, duties or

charges has been made and appropriately authorized.

19. CHILD LABOUR

19.1 The Contractor represents and warrants that neither it, nor any of its suppliers is engaged in any practice inconsistent with the rights set forth in the Convention on the Rights of the Child, including Article 32 thereof, which, inter-alia, requires that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child’s education, or to be harmful to the child’s health or physical mental, spiritual, moral or social development. 19.2 Any breach of this representation and warranty shall entitle UNESCO to terminate this Contract immediately upon notice to the Contractor, at no cost to UNESCO. 20. MINES

20.1 The Contractor represents and warrants that neither it nor any of its suppliers is actively and directly engaged in patent activities, development, assembly, production, trade or manufacture of mines or in such activities in respect of components primarily utilized in the manufacture of Mines. The term “Mines” means those devices defined in Article 2, Paragraphs 1, 4 and 5 of Protocol II annexed to the Convention on Prohibitions and Restrictions on the Use of Certain Conventional Weapons Which May Be Deemed to Be Excessively Injurious or to Have Indiscriminate Effects of 1980. 20.2 Any breach of this representation and warranty shall entitle

UNESCO to terminate this Contract immediately upon notice to the

Contractor, without any liability for termination charges or any other

liability of any kind of UNESCO.

21. OBSERVANCE OF THE LAW

The Contractor shall comply with all laws, ordinances, rules, and

regulations bearing upon the performance of its obligations under the

terms of this Contract.

22. AUTHORITY TO MODIFY

No modification or change in this Contract, no waiver of any of its

provisions or any additional contractual relationship of any kind with

the Contractor shall be valid and enforceable against UNESCO

unless provided by an amendment to this Contract signed by the

authorized official of UNESCO.

23. SECURITY

The responsibility for the safety and security of the Contractor and its

personnel and property, and of UNESCO property in the Contractor’s

custody, rests with the Contractor.

The Contractor shall:

(a) put in place an appropriate security plan and maintain the

security plan, taking into account the security situation in the

country where the services are being provided;

(b) assume all risks and liabilities related to the Contractor’s security,

and the full implementation of the security plan.

UNESCO reserves the right to verify whether such a plan is in place,

and to suggest modifications to the plan when necessary. Failure to

maintain and implement an appropriate security plan as required

hereunder shall be deemed a breach of this contract. Notwithstanding

the foregoing, the Contractor shall remain solely responsible for the

security of its personnel and for UNESCO property in its custody.

24. ANTI-TERRORISM

The Contractor agrees to undertake all reasonable efforts to ensure

that none of the UNESCO funds received under this Contract are

used to provide support to individuals or entities associated with

terrorism and that the recipients of any amounts provided by

UNESCO hereunder do not appear on the list maintained by the

Security Council Committee established pursuant to resolution 1267

(1999). The list can be accessed via:

http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm. This

provision must be included in all sub-contracts or sub-agreements

entered into under this Contract.