Requires a Cover Letter?: 
no
Application Submissions Guideline: 

For further information submit the full proposal, by contacting: Joelle Salameh at [email protected] before March 30, 2018. Please mention " Financial Consultancy Services" in the subject line of the email. Your application will be DISREGARDED if it was untitled, or if it had another title.

Contact Person Name: 
Joelle Salameh
Contact Person Position: 
M&E and Admin Assistant
Contact Person Email: 
Description: 

Request for Proposal

Organization Background

The Lebanon Reforestation Initiative is an ongoing, multi-year project funded by United States Agency for International Development (USAID) and implemented by the United States Forest Service (USFS), implementing a community-based reforestation program that has resulted so far in the planting of more than half- a-million native trees throughout Lebanon since 2011.  The project promotes a community-led approach to reforestation, bringing together diverse committed municipalities, community stakeholders, Lebanese civil society organizations, and other actors such as the private sector, to restore and replant degraded community lands. With administrative offices in Beirut, LRI technical experts manage a multi-year work program of activities throughout Lebanon in collaboration with grassroots organizations and local communities.

 

I.Purpose

The purpose of this RFP is to contract with an esteemed consultant that would support LRI in establishing it’s first US Government Negotiated Indirect Cost Rate Agreement (NICRA).

A.Scope of Work

The consultant will serve as a guide through the process of establishing the NICRA with LRI, including aiding in the establishment of the organization’s indirect cost recovery strategy, defining indirect cost rate pools, aiding in the eventual NICRA audit, and preparation/submission of the Indirect Cost Rate Proposal to LRI’s cognizant agency.

 

With regards to the deliverables identified below, LRI currently envisions the consultancy to have two parts – Deliverables No. 1-5 will be completed prior to the anticipated LRI NICRA audit (to be conducted by an external accounting firm), and Deliverables 6-8 to be completed after completion of the LRI NICRA audit.

B.Deliverables

Deliverable 1: Conduct sensitivity analyses of optimum cost recovery structures

Time schedule: to be delivered in 3 working days after Agreement signature

Deliverable 2: Define the indirect costs types appropriate for LRI

Time schedule: to be delivered in 8 working days after Agreement signature

Deliverable 3: Define indirect cost rate pools

Time schedule: to be delivered in 13 working days after Agreement signature

Deliverable 4: Model different indirect cost scenarios to management

Time schedule: to be delivered in 18 working days after Agreement signature

Deliverable 5: Support in the selection of the Financial Audit firm to carry LRI external financial audit

Time schedule: to be delivered in 20 working days after Agreement signature

Deliverable 6: Draft the documents needed for the NICRA proposal submission to USAID

Time schedule: to be delivered in 30 working days after Agreement signature

Deliverable 7: Support LRI in the submission of the NICRA proposal to USAID

Time schedule: to be delivered in (TBD) working days after Agreement signature

Deliverable 8: Prepare the hand-over of the developed NICRA system to LRI finance team

Time schedule: to be delivered in (TBD) working days after Agreement signature

 

II.CONTRACT MECHANISM & TERMS OF PAYMENT

LRI anticipates issuing a fixed-price deliverables-based service agreement to the Service provider. The duration of the agreement will be from April 2018 until June 2018. The contract is renewable based on the availability of funds and satisfactory services of the service provider.

 

III.PROPOSAL PREPARATION AND SUBMISSION REQUIREMENTS

A.Instructions for Proposal Preparation

The selection committee will evaluate the Offeror based upon their written technical and cost proposals. Each section will be evaluated according to the criteria for evaluations in Section V. Offeror are expected to examine the specifications and all instructions in the RFP. Failure to do so is at the Offeror’s risk. Interested Offeror must provide the following:

1.Capability and Technical Experience Statement

The consultant needs to have:

  • Previous experience in establishing a NICRA with a non-US entity
  • An advanced accounting certificate – CPA or equivalent
  • Previous experience working with USAID and/or USAID-funded projects in a financial management capacity
  • Expertise in 2 CFR 200 regulations and indirect costing

Consultants need to submit:

  1. A resume
  2. Project Approach

2.Cost Proposal 

Consultants need to submit:

A proposed budget with their proposal. The proposed budget will have sufficient detail to allow evaluation of elements of costs proposed. Budgets should be submitted in US Dollars; please label your budget with the name of the currency. LRI reserves the right to request any additional information to support detailed cost and price.

3.References

Please include three client references and contact information. References should have worked with your organization within the past five years in connection with the countries or regions (and if possible, subject matter) applicable to this RFP.  

 

B.Instructions for Submission of Proposal

The technical and price proposals shall be separately bound and identified as such (or sent via email). Each volume shall be clearly identified with the RFP number and the Offeror’s name.

All responses to this RFP must be received no later than April 10 to:

Lebanon Reforestation Initiative

Hazmieh, Ilham Said Freiha Street, Hazmieh Square, 4th floor

Attention: Joelle Salameh

Email: [email protected]

 

Faxed offers are not acceptable.

All inquiries and requests for information regarding this RFP must be submitted by email to the following individuals no later than the question/inquiry submission deadline on the cover page of this RFP.  Reference the RFP number in all questions/inquiries. 

Contractual Technical Name: Joelle Salameh

Email: jsalameh@lri-lb.org

Lebanon Reforestation Initiative will not compensate Offeror for their preparation of responses to this RFP.

 

IV.CRITERIA FOR EVALUATION

LRI will evaluate proposals based on a best-value determination; Offerors should submit their most competitive price proposal. Proposals will be evaluated using the following criteria:

  • Previous NICRA Establishment experience – 35 %
  • Previous USAID financial experience – 20 %
  • Proposed budget – 20 %
  • Relevant education and diplomas – 15 %
  • References – 10%

The evaluation committee will review the technical proposal based upon the technical criteria listed above. The cost proposals will be reviewed to ensure they are complete and free of computational errors. The committee will also assess the reasonableness of costs and the cost-effectiveness of the budget, and will determine whether the costs reflect a clear understanding of project requirements. A contract will be offered to the responsible Service Provider whose proposal follows the RFP instructions and is judged to be the most advantageous to LRI. 

 

V.SOLICITATION PROCESS

Once the RFP is released, the Offeror must prepare a formal proposal to be sent to the contact person at LRI as indicated in Section IV (b) (1).  The submitted proposals will be reviewed against the criteria for evaluation defined in Section V above and rated on their ability to satisfy the requirements stated in this RFP document.  A preferred service provider will be chosen and formally notified.  A formal contract will be negotiated with the selected service provider and, if endorsed, the Offeror will begin work on the project. 

 

VI.TERMS AND CONDITIONS

A.Late Submissions

Proposals received after the submission deadline stated in the cover page of this RFP may not be considered. Offeror will be held responsible for ensuring their quotations are received according to the instructions stated herein. A late offer will be considered if the cause was attributable to LRI or its employees/agents, or if it is in the best interest of LRI.

 

B.Modification of RFP Requirements

LRI retains the right to terminate the RFP or modify the requirements upon notification to Offeror. 

 

C.Withdrawals of Proposals

Proposals may be withdrawn by written notice via email at any time before award. Proposals may be withdrawn in person by an Offeror or authorized representative, if the representative’s identity is made known and the representative signs a receipt for the proposal before award.

 

D.Right of Negotiation and Acceptance of Proposal

This RFP represents a definition of requirements and is an invitation for submission of proposals. LRI reserves the right to fund/award any or none of the submitted proposals. No commitment is made, either expressed or implied, to compensate Offerors for costs incurred in the preparation and submission of their proposal.

 

LRI may reject any proposal that is nonresponsive. A responsive proposal is one that complies with all terms and conditions of the RFP. A proposal must be complete, signed by an authorized signatory, and delivered no later than the submission time and date indicated on the cover sheet of this RFP. LRI may reserve the right to waive any minor discrepancies in a proposal. 

 

LRI reserves the right to issue an award based on the initial evaluation of proposals without discussion. LRI also reserves the right to enter into best and final negotiations with any responsive Offerors for all or part of the proposed scope. 

 

E.Validity of Proposal

Proposals submitted shall remain open for acceptance for 60 days from the last date specified for receipt of proposals. This includes, but is not limited to, pricing, terms and conditions, service levels, and all other information. If your organization is awarded the contract, all information in the RFP and negotiation process is contractually binding.

 

F.Minimum Offeror Qualifications

Offerors submitting proposals must (1) be officially licensed to do such business in Lebanon, (2) be able to receive USAID funds and (3) not have been identified as a terrorist. In addition, Offeror may be required to provide the following information:

  • Documentation to verify licensure (e.g., tax id, registration certificate, etc.)
  • Demonstration of adequate management to perform the contract
  • Satisfactory records of performance history, integrity and business ethics

 

G.Intellectual Property Rights

All tangible or intangible property created or acquired under this contract shall be the exclusive property of LRI and the donor. The term “property” includes all data and reports associated with this engagement.

Expired

NOTE:

Daleel Madani, the civil society network, serves as a platform for organisations to post their professional opportunities, but is not involved in the recruitment process. The hiring organisation is solely responsible for the job and candidate selection.

Last modified: 
26 Mar, 2018
Intervention Sector(s):
Trade & Finance
Application Deadline:
Friday, 30 March 2018
Contract Type:
Consultancy
Period of Employment:
April 2018 – June 2018
Salary
N/A
Salary Range:
1200 to 1500 (USD)
Education Degree:
Masters Degree
Education Degree Details:
Bachelor Degree in Finance, Master Degree is a plus. Previous experience in US Government Negotiated Indirect Cost Rate Agreement (NICRA) is mandatory.
Experience Requirements:
5 to 10 years
Arabic Language:
Fluent
English Language:
Fluent
French Language:
None