ሪፖርተር እሁድ ጥቅምት 16 ቀን 2018ዓ.ም
REQUEST
FOR EXPRESSION OF INTEREST
Country: Ethiopia
Program: Rural Financial
Intermediation Program III
Abstract: Training for
all MFIs and Pastoralist MFis
Sector: Consultancy
Service
Grant No. 2000003211
Reference No. IFAD/RUFIPIII/AEMFI/NCB/CS/13/2025/26
1. The Federal Democratic
Republic of Ethiopia has received financing from the International Fund for Agricultural
Development (IFAD) for the Rural Financial Intermediation Program III (RUFIP-III),
and of which a portion of the funding will be utilized towards qualified payments
an assignments for consultancy services in order to undertake different types of
training for MFIs professionals serving in different levels.
2. The main purpose/objective
of this consultancy is to enhance the capacity of MFIS RUFIP III program through
training to deliver inclusive and sustainable financial services to their targeted
clients and other low income rural people in their operating areas. In line with
this general purpose/objective the expected output is enhancement of human resource
capacity in the micro finance sector in general.
Specific outputs expected
by the consultancy firm/consultant include:
Developing training
materials (PPTs, Case studies, exercises etc) from developed/prepared modules
Conducting various Types
Training for all MFS- top managers, board members and other branch/region level
experts of MFIs, in order to allow them to better manage and improve their inclusive
financial services, and improve the financial literacy of their clients Conducting
various training to pastoralist MFIS
Compiling final training
completion report to be submitted to AEMFI and
The assignment is expected
to be completed within four (4) months time after signing of the contract.
3. AEMFI now invites
qualified Training Institutions or Consulting Firms to indicate their interest in
providing the above mentioned services. Consulting Firms must provide information
demonstrating that they are qualified to perform the assignments (promotional materials,
description of similar assignments undertaken in Ethiopia and/or other developing
countries for at least a period of at least two years experience in similar conditions,
general qualification and experience and number of key staff available for the tasks,
renewed appropriate licenses for the fiscal year, etc).
4. Consulting Firm(s)
may associate to enhance their qualifications, but should mention whether their
association is in the form of either "Joint-Venture" or "Sub-Consultancy".
In the case of an association. all members of such association' should have real
and well-defined inputs to the assignment and the same should be detailed in the
EOI submitted.
5. The consultant shall
not have any actual, potential or reasonably perceived conflict of interest. A consultant
with an actual potential or reasonably perceived conflict of interest shall be disqualified
unless otherwise explicitly approved by the Fund A consultant including their respective
personnel and affiliates are considered to have a conflict of interest if they a]
have a relationship that provides them with undue or undisclosed information about
or influence over the selection process and the execution of the contract, b) participate
in more than one EOI under this procurement action, c) have a business or family
relationship with a member of the client's board of directors or its personnel,
the Fund or its personnel, or any other individual that was, has been or might reasonably
be directly or indirectly involved in any part of (i) the preparation of this expression
of interest, (ii) the selection process for this procurement, or execution of the
contract. The consultant has an ongoing obligation to disclose any situation of
actual potential or reasonably perceived conflict of interest during preparation
of the EOI. the selection process or the contract execution. Failure to properly
disclose any of said situations may lead to appropriate actions, including the disqualification
of the consultant, the termination of the contract and any other as appropriate
under the IFAD Policy on Preventing Fraud and Corruption in its Projects and Operations
1
6. All consultants are
required to comply with the Revised IFAD Policy on Preventing Fraud and Corruption
in its Activities and Operations (hereinafter. "IFAD's Anticorruption Polley")
in competing for, or in executing, the contract.
a. if determined that
a consultant or any of its personnel or agents, or its sub-consultants sub-contractors,
service providers, suppliers, sub-suppliers and/or any of their personnel or agents,
has, directly or indirectly, engaged in any of the prohibited practices defined
in FADS Anticorruption Policy or integrity violations such as sexual harassment,
exploitation and abuse as established in IFAD's Policy to Preventing and Responding
to Sexual Harassment, Sexual Exploitation and Abuse in competing for, or in executing
the contract, the EOI may be rejected or the contract may be terminated by the client.
b. In accordance with
IFAD's Anticorruption Policy, the Fund has the right to sanction firms and individuals,
including by declaring them ineligible, either indefinitely or for a stated period
of time, to participate in any IFAD-financed and/or IFAD-managed activity or operation.
A debarment includes, inter alia, ineligibility to: (i) be awarded or otherwise
benefit from any IFAD-financed contract, financially or in any other manner (i)
be a nominated sub- contractor, consultant, manufacturer, supplier, sub-supplier,
agent or service provider of an otherwise eligible firm being awarded an IFAD-financed
contract; and (i) receive the proceeds of any loan or grant provided by the Fund.
The Fund also has the right to recognize debarments issued by other international
financial institutions in accordance with its Anticorruption Policy.
c. Consultants and any
of their personnel and agents, and their sub- consultants, sub contractors, service
providers, suppliers, sub- suppliers and any of their personnel and agents are required
to fully cooperate with any investigation conducted by the Fund, including by making
personnel available for interviews and by providing full access to any and all accounts,
premises, documents and records [(including electronic records) relating to this
selection process or the execution of the contract and to have such accounts, premises,
records and documents audited and/or inspected by auditors and/ or investigators
appointed by the Fund.
d. Consultants have
the ongoing obligation to disclose in their EOI and later in writing as may become
relevant: (i) any administrative sanctions, criminal convictions or temporary suspensions
of themselves or any of their key personnel or agents for fraud and corruption,
and (ii) any commissions or fees paid or to be paid to agents or other parties in
connection with this selection process or the execution of the contract. As a minimum,
consultants must disclose the name and contact details of the agent or other party
and the reason, amount and currency of the commission or fee paid or to be paid.
Failure to comply with these disclosure obligations may lead to rejection of the
EOI or termination of the contract.
e. Consultants are required
to keep all records and documents, including electronic records, relating to this
selection process available for a minimum of three (3) years after notification
of completion of the process or, in case the consultant is awarded the contract,
execution of the contract.
7. The Fund requires
that all beneficiaries of IFAD funding or funds administered by IFAD, including
the client any consultants, implementing partners, service providers and suppliers,
observe the highest standards of integrity during the procurement and execution
of such contracts, and commit to combat money laundering and terrorism financing
consistent with IFAD's Anti-Money Laundering and Countering the Financing of Terrorism
Policy."
8. Interested consultants
shall not have any actual, potential or reasonably perceived conflict of Interest.
Consultants with an actual, potential or reasonably perceived conflict of interest
shall be disqualified unless otherwise explicitly approved by the Fund. Consultants
are considered to have a conflict of interest if they
I. Have a relationship
that provides them with undue or undisclosed information about or Influence over
the selection process and the execution of the contract, or
II. Have a business
or family relationship with a member of the client's board of directors or its personnel,
the Fund or its personnel, or any other individual that was, has been or might reasonably
be directly or indirectly involved in any part of (i) the preparation of the REOI.
(ii) the selection process for this procurement, or ) execution of the contract.
Consultants have an ongoing obligation to disclose any situation of actual, potential
or reasonably perceived conflict of interest during preparation of the EOL the selection
process or the contract execution. Failure to properly disclose any of said situations
may lead to appropriate actions. Including the disqualification of the consultant,
the termination of the contract and any other as appropriate under the IFAD Policy
on Preventing Fraud and Corruption in its Projects and Operations.
9. Resource Organizations/Consulting
Firms will be selected in accordance with IFAD's Project Procurement Handbook. Short
listing firms will be conducted on the basis of an assessment of the firm's profile,
specific and general experience of the firm, experience and competencies of proposed
resource persons assigned to the assignment in general. The detail is presented
on Table 1 below at the end of this document.
2The policy is accessible
at https://www.ifad.org/en/document-detail/asset/40738506
2The policy is accessible
at www.ifad.org/anticorruption_policy .
Table 1: Details of
REOI evaluation criteria
|
No.
|
Description
|
Weight
(100%)
|
|
1
|
Specific experience
The Consultancy firm should have successfully completed similar trainings or contracts
over the last two (2) years on financial sector of which at least three training
must be on microfinance area.
The firm must submit
successfully completion of certificate for such training.
The breakdown is:
|
40
|
|
1.1
|
More than 20 training
|
40
|
|
1.2
|
16-20 training
|
35
|
|
1.3
|
9-15Training
|
30
|
|
1.4
|
4-8 Training
|
15
|
|
1.5
|
3 Training
|
10
|
|
2
|
General experience
of the firm in the financial sector (Research, training consultancy etc)
|
20
|
|
2.1
|
>10 Years experience
|
20
|
|
2.2
|
5-10 years experience
|
15
|
|
2.3
|
2-4 years experience
|
10
|
|
3
|
Availability of qualified
and experienced staff within the organization particularly in the field of banking/MFs/SACCOS
sector professionals, organizational structure and systems of the consultants,
|
30
|
|
4
|
Financial Capacity
of the mm-must provide at least most recent year's Independently audited statement
(past fiscal year or the most nearest year)
|
10
|
10. The final selection
of the organization to perform the assignment shall be based on a Quality-and Cost-Based
Selection (QCBS) method through Request for Proposals.
11. Applicants shall
submil EOls as per the Eol format. They can download from AEMFI website or can take
the application format /Eot submission form (EO-1) from AEMFI office and the Expression
of Interest document should not exceed 35 pages excluding other credentials and
legal documents.
12. All pages of the
Eol document should be numbered, dated, signed. stamped and the stamp of the organization
should be sealed near the authorized signatory on all pages. The application should
be signed by authorized person. Additional sheets to be attached by the applicant
should also be numbered and submitted as a package with signed letter. All costs
associated with the preparation and submission of Eol shall be covered by the applicant.
Bidder firms could attach more evidential documents.
13. Legal documents
required from the applicant includes: Certified copy of valid registered VAT, Certified
copy of valid Tax Identification Number (TIN) and Renewed Trade license for fiscal
year or equivalent in their respective countries. Past work experience related to
the assignment and supporting documents like completion of certificates, contract
copies or client testimony etc. Moreover, their details of organizational structure,
including details of credentials of experts available for the assignment etc.
14. Consulting Firms
may obtain further information, if required at the address below during working
days (Monday to Friday) from 8:30 am - 12:30 p.m and 1:30 pm to 5.30 p.m.
15. Submission of EOI
must be in sealed envelopes, clearly marked "Expression of interest for consulting
service to conduct various trainings for MFIS professionals with AEMFI under RUFIP
IFAD financing) for PY6" and delivered to the address given below by 5:00 PM
(11 Local time). 21 consecutive days after the EOI is publicly advertised in newspaper
(i.e. 14 Nov 2025)
16. The EOIs and all
documents shall be submitted in English, one original and one copy. Late submission
shall be rejected. Expression of Interests (EOs) shall be submitted into the fender
box prepared for this purpose or deliver on hand to the office on or before the
delivery date stated above.
The
address of the association is: Association of Ethiopian Micro Finance
Institutions
(AEMFI)
Africa
Avenue, Bole Road, in front of Bole Printing Press, Near Peacock Park,
P.O.
Box 338 Code 1110, Addis Ababa, Ethiopia
Tel
+251 11 557 2202/011 557 2175 Fax: +251 11 557 2198.
Email:
info@aemfi-ethiopia.org ; aemfiet@gmail.com;
www.aemfi-ethiopia.org,
AEMFI
reserves the right to accept or reject bid before signing of contract.