- Detalii
- Categorie: Achiziție bunuri, Contractare Servicii
Request for Proposals Focus Groups Moldova
Informațiile prezentate în articolul de mai jos pot să nu mai fie actuale sau să nu mai reflecte activitățile și programele curente. Anunțul este păstrat în arhivă pentru a asigura transparența și accesul public la informațiile despre inițiativele și proiectele implementate anterior.
For the pricing and certificcations tables, please see the full RFP at this link: https://www.iri.org/wp-content/uploads/2022/03/EURASIA2022MO03o-Focus-Groups-Moldova.pdf
Background
The International Republican Institute (IRI) is a nonprofit, nonpartisan, organization dedicated to advancing freedom and democracy worldwide. Since 1983, IRI has worked to develop democratic institutions and ideals, carrying out a variety of international programs to promote freedom, selfgovernment and the rule of law worldwide. IRI provides technical assistance in the areas of political party strengthening, developing civic institutions and open elections, promoting democratic governance and advancing the rule of law. IRI’s work in Moldova supports democratic reform, good governance, and inclusive political representation. IRI Moldova is seeking a contractor to conduct focus groups among the general population of Moldova, the findings of which will inform IRI’s work to identify opportunities for improved strategic communications from several Moldovan government ministries to provide citizens with relevant, accurate, accessible and timely information. The four sets of focus groups will be conducted with citizens of Moldova and will likely take place between May 2022 and October 2022.
Period of Performance
Date of signature until December 31, 2022
Statement of Work
QUALITATIVE RESEARCH IN MOLDOVA
Focus Groups on Moldovan government institutions
OBJECTIVES OF THE RESEARCH Through the focus groups, IRI and the program’s beneficiaries are seeking to: 1. Gain a better understanding of participants’ perception of various government institutions, including their perceived role and priorities, availability and accessibility of public information, and an assessment of job performance 2. Gather reactions to various communication campaigns these institutions will undertake in support of democratic reforms in their institutional areas of focus.
METHODOLOGY
The questions above are best addressed by a focus group study. Four sets of four groups for various government institutions (1 set per institutions), each lasting approximately 90-120 minutes should take place. The 4 groups per set will most likely be composed as follows: 2 groups in capital, 2 groups in a secondary city And/or 2 groups of regular citizens aged 18 and older, 2 groups of specific professions. The professions will be sufficiently widely defined that recruitment of these professionals will not impose a particular burden. And/or 2 groups in Russian, 2 groups in Romanian Additional requirements: Participants in the same focus group session may not know one another. No participants may have participated in a focus group study in the past 12 months
GENERAL RESPONSIBILITIES OF THE OFFEROR
IRI is recognizant of challenges associated with the Coronavirus situation. IRI is open to the offeror’s recommendations in the proposal to mitigate risks. IRI will accept participant recruitment by phone/online, and online FGDs, as long as the bidder is able to demonstrate that online fieldwork has been carefully planned for success. IRI is particularly concerned that potential participant who may meet all recruitment criteria but lack a reliable high-speed data connection (or lack a device or lack skills to access a video conference platform) might be excluded from this study. If you propose online fieldwork, please explain how you intend to mitigate this. Offeror will be responsible for managing all logistical aspects of the project above and should engage local support staff as necessary to complete the following: Screener. For each set of groups, IRI will provide a draft screening questionnaire based on the specifications above. The Offeror will review offer edits within three working days of receipt. Following IRI approval, the Offeror will translate the screener into Russian and Romanian. IRI reserves the right to review the translation prior to recruitment launch. Recruiting participants. For each set of groups, offeror will recruit all participants according to the screening criteria listed above. At least one week prior to the start of the first focus group session, the Offeror will provide a brief description of the composition of the groups in terms of age, gender, occupation, etc. Offeror should recruit 8-10 participants for each in person group as well as 2-3 alternates in case any of the original participants are unable to participate. If online groups are proposed, there will be 5-7 participants for each group. All participants will be required to give written informed consent to participate in this study. IRI will provide draft informed consent language which may be adjusted by the bidder in order to conform to any specific legal requirements in the research country. Offeror should describe their recruitment plan in their proposal
Discussion guide. For each set of groups, IRI will provide the draft discussion. Offeror will be welcome to offer suggestions for improvement and is expected to format and translate the discussion guide into Russian and Romanian. IRI reserves the right to review the translation(s.) The offeror will make themselves available to (virtually) meet with IRI and representative of the government institutions to design the discussion guide about one hour per guide. Focus group moderator(s). Offeror will provide one or more trained and experienced moderator(s) who is/are fully fluent in the language of discussion. They should familiarize themselves with the topic of discussion prior to fieldwork, and may be asked to participate in a training of up to 2 hours with IRI staff. Observation. The Offeror will provide an opportunity for IRI staff to observe the focus group discussions remotely. Recording of focus group discussions. Audio record all aspects of research necessary for full and accurate data collection, inclusion of illustrative samples in the final analytical report. Written summary of each set of focus group discussions. Offeror will provide a 2-3 page written summary of the focus group discussions (one single summary per set) in Romanian within one week after the final focus group session per set. . Written analytical report. For each set of groups, offeror will analyze all discussions, and write and edit final analytic report for review, editing and acceptance by IRI. IRI will provide a report template. The report is expected to synthesize findings across all participants and all discussion sessions, while noting to any major differences of opinions between participants and sessions. The report must present actual analysis (i.e. not mere description) and illustrative quotes from participants. The report must be in Romanian, and include a one or two page/slide executive summary, addressing the research needs outlined above. The length is approximately 15 pages. The offeror should describe their analysis plan in their bid. Oral presentation of the report’s findings. The offeror should be prepared to provide one oral presentation of the findings for each set of focus group discussions. The oral presentation will be for staff of the participating government institutions and will provide an opportunity for the audience to ask questions about the findings and focus group discussions.
DELIVERABLES
One per set of focus groups: Finalized discussion guide (incl translation where applicable) Proposed Participant Profile Written summary as specified above. Audio recordings of the discussions, with clear audio. Recording should be delivered to IRI electronically (for example via a file transfer service) or delivered to the local IRI office. Analytic report in MS Word Oral presentation of report
TIMING
The focus group discussions should be held between May and October in 2022; the exact timing needs to be determined in close consultation with IRI. Please submit all bids on official letterhead in Times New Roman 11-point font containing a brief organizational description, budget for services and any descriptions of specialized products or services relevant to the bid. Contact information is provided for at least three (3) recent references that speak to the fulfillment of similar deliverables . If offeror is unable to provide references, please explain why. Please limit bids to less than 10 pages with single spacing. Please include all pricing tables in Microsoft Excel format. Proposals should address: Proposals should address the following points: • List qualitative projects you conducted with similar specifications in this market • Name and explain the role of subcontractors (if any) • State if you are to comply with all requirements listed on this SOW without alterations. If any proposed alterations, explain. • Describe recruitment plan • Describe fieldwork quality assurance measures (if any) • Describe analysis plan • Describe experience working with clients in government or public sector, if any • Provide proposed moderator(s) CV/Resume demonstrating fluency in Russian and/or Romanian • Describe anticipated challenges if any • Explain the potential impact of the Coronavirus on your firm’s operations, employees, research participants, and how you plan to mitigate risks
Technical Proposals
All proposals submitted to IRI must include: 1. Information addressing Bidder’s experience in providing each of the services identified in the above Statement of Work and Bidder’s proposed specific approach for providing those services to IRI under this contract, including sufficient information to determine a clear definition of services as it relates to other providers that may be involved. 2. The name, address, and telephone and facsimile numbers of the Bidder (and electronic address if available). If the Bidder is a firm, name(s) should be provided for individuals authorized to conduct business on behalf of the firm. 3. Bidders may provide a list of up to three references for work performed of a similar nature during the last three years, along with contact details. IRI may contact the references to evaluate past performance. 4. If the Bidder is a U.S. organization/resident, or a foreign organization/resident which has income effectively connected with the conduct of activities in the U.S. or has an office or a place of business or a fiscal paying agent in the U.S., the information submitted must contain Bidder’s Taxpayer Identification Number. 5. Proposals will not exceed 10 pages (not including cover page). Price Proposals Bidders must propose a firm-fixed Unit Price for each of the deliverables identified below and in the format of the table below. The Bidder’s pricing must be valid for at least 60 (sixty) calendar days after the due date for proposal submission. The proposed Unit Price should be fixed and inclusive of all costs to perform, including inspection services, transportation, taxes, import duties (if any), and other levies. To the extent that a Bidder proposed to include any pricing not reflected in the table below, such pricing must be fully described in the proposal. Proposals must be submitted in USD, payments under any resulting contract will be made in this currency.
Evaluation and Award Process 1. IRI may contact any Bidder for clarification or additional information, but Bidders are advised that IRI intends to evaluate the offers based on the written proposals, without discussions, and reserves the right to make decisions based solely on the information provided with the initial proposals. IRI may but is not obligated to conduct additional negotiations with the most highly rated Bidders prior to award of a contract, and may at its sole discretion elect to issue contracts to one or more Bidders. 2. Mathematical errors will be corrected in the following manner: If a discrepancy exists between the total price proposed and the total price resulting from multiplying the unit price by the corresponding amounts, then the unit price will prevail and the total price will be corrected. If there is a discrepancy between the numbers written out in words and the amounts in numbers, then the amount expressed in words will prevail. If the Bidder does not accept the correction, the offer will be rejected. 3. IRI may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if IRI determines that the lack of balance poses an unacceptable risk. 4. IRI will conduct a source selection based as follows: IRI intends to make an award to the responsible Bidder based on the following evaluation factors: a) Technical evaluation, (including technical capabilities, proposed technical-40 Percenet Recruitment plan- 10 percent Capacity of perform scope of work-20 percent Analysis plan -10 percent b) Experience in performing similar projects – 30 percent Experience conducting face to face and remote FGDs in Moldova-30 percent c) Price – 30 percent IRI intends to evaluate Bidders’ proposals in accordance with these factors and make an award to the responsible Bidder whose proposal is most advantageous to the program. 5. If a cost realism analysis is performed, cost realism may be considered in evaluating performance or price.
Submission Instructions
Bids must be submitted via email to Eric Peterman, epeterman@iri.org with the subject line “EURASIA2022MO03o” by the deadline listed above.
RFP Terms and Conditions
1. Prospective Bidders are requested to review clauses incorporated by reference in the section “Notice Listing Contract Clauses Incorporated by Reference”. 2. IRI may reject any or all proposals if such is within IRI’s interest. 3. Proof of costs incurred, such as but not limited to receipts, pictures and financial documents, may be requested during and for up to three years after the end of the contract period. 4. The Bidder’s initial proposal should contain the Bidder’s best offer. 5. Payment will be made upon receipt of invoices and deliverables/services. 6. Discussions with Bidders following the receipt of a proposal do not constitute a rejection or counteroffer by IRI. 7. IRI will hold all submissions as confidential and submissions shall not be disclosed to third parties. IRI reserves the right to share proposals internally, across divisions, for the purposes of evaluating the proposals. 8. For any currency conversion, the exchange rate to US Dollars listed on oanda.com on the closing date of this solicitation shall be used. 9. Every contract will contain provisions governing termination for cause and termination for convenience. 10. By submitting a proposal, offeror agrees to comply with all terms, conditions, and provisions included in the solicitation and agreement to the services identified above, and will specifically identify any disagreement with or exceptions to the terms, conditions, and provisions. 11. Offerors confirm that the prices in the proposal/proposal/application/quote have been arrived at independently, without any consultation, communication, or agreement with any other Bidder or competitor for the purpose of restricting competition. 12. By applying to this RFP, applicant is certifying that if it is awarded a contract, none of funds payable under the resulting contract will be used to (1) procure or obtain, extend or renew a contract to procure or obtain; (2) enter into a contract (or extend or renew a contract) to procure; or (3) obtain the equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system in compliance with the National Defense Authorization Act. Covered telecommunications equipment and services mean any of the following: i. Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). ii. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). iii. Telecommunications or video surveillance services provided by such entities or using such equipment. iv. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (2 CFR 200.216). 13. Bidders agree to disclose as part of the proposal submission: o Any close, familial, or financial relationships with IRI staff and agents. For example, the Bidder must disclose if a Bidder’s mother conducts volunteer trainings for IRI.
Any family or financial relationship with other Bidders submitting proposals. For example, if the Bidder’s father owns a company that is submitting another proposal, the Bidder must state this. o Any other action that might be interpreted as potential conflict of interest.
Notice Listing Contract Clauses Incorporated by Reference
IRI is required to make the contractor subject to certain flowdown clauses of the prime award. This awarded contract will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Where “flow-down” to the contractor is applicable, references to “USAID/Department of State” shall be interpreted to mean “IRI”, “Recipient” to mean “Contractor”, and “Subrecipient” to mean “lower-tier subcontractor.” Included by reference are the applicable provisions contained in Appendix II to 2 CFR Part 200 and USAID Standard Provisions for Non-US Non-governmental Organizations/US Department of State Standard Terms and Conditions.
IRI Obligations
Issuance of this RFP does not constitute an award commitment on the part of IRI, nor does it commit IRI to pay for costs incurred in the preparation and submission of a proposal or quotation.
Required Certifications \
The following certificates need to be signed by all Bidders. These certifications are an integral part of the quotation/proposal. Please print them off and send back to us with your proposal after signature on each certificate. They are: Certification regarding debarment, suspension, ineligibility and voluntary exclusion lower tier covered transactions Authorized Individuals Certification Regarding Lobbying
- Prezentator / prezentatoare știri TV (weekend)
- Termen extins - Societatea de Cruce Roșie din Moldova anagajeaza Ofițer/ă EMVT, Filiala Chișinău
- CRS is hiring MEAL Project Officer
- Repetat: AO Asociația pentru Abilitarea Copilului și Familiei ”AVE Copiii” angajează Specialist în protecția copilului
- Consultant local operațional pentru implementarea Reformei 4.6.17–18 „Îmbunătățirea calității prestării serviciilor de sănătate la nivel național”
2025 CIVIC DIGITAL SOLUTIONS
Email: support@portal.civic.md









