Kathmandu Office UNESCO Representative to Nepal

Similar documents
Ontario College of Trades

Request for Proposals for conducting a Business Impact Analysis to prepare Business Continuity Planning for the Headquarter in Geneva.

STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN)

REQUEST FOR PROPOSALS RFP/2017/021. Provision of Consultancy Services for Enhancement of REmap tool and preparation for the Energy Transition Model

Kenya Seed Company limited

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

Selection of Consultants

ONTARIO COLLEGE OF TRADES

CAR I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

KARATINA UNIVERSITY. TENDER NO.: KarU/OT/0001/

Request for Proposal Date: 22 nd June 2011

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

REQUEST FOR PROPOSALS (RFP)

INTERNATIONAL CENTRE OF INSECT PHYSIOLOGY AND ECOLOGY (icipe) REQUEST FOR PROPOSALS (RFP)

Global Atlas mobile application

REQUEST FOR PROPOSALS. SPOT CHECKS UNDER THE PROGRAMME CYCLE years Long Terms Agreement (LTA)

REQUEST FOR PROPOSALS (RFP) AND GENERAL INSTRUCTION TO SERVICE PROVIDERS BID DATA SHEET (BDS)

Procurement of Consulting Services' Direct Purchase

Request for Proposals (RFP)

Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

REQUEST FOR PROPOSALS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF SIAYA REQUEST FOR PROPOSAL FOR

Request for Expression of Interest

COUNTY GOVERNMENT OF BUNGOMA OFFICE OF THE COUNTY SECRETARY& HEAD OF PUBLIC SERVICE BGM/CNTY/CS/RFP/80/2017/2018 REQUEST FOR PROPOSAL FOR

Diu Smart City Limited (DSCL) REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. Reference No.: UNDP/PN/35/2016 Date: 10 August 2015

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Proposal PROFESSIONAL AUDIT SERVICES

REQUEST FOR PROPOSAL (RFP) AUDIT SERVICES. Ref: RFP/

REQUEST FOR PROPOSALS

Guidelines to Consultant

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

PROVISION OF SECURITY SERVICES

KENYA MEDICAL RESEARCH INSTITUTE

REQUEST FOR PROPOSALS (RFP) PROPOSAL SUBMISSION FORM

Social Media Management System

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

TOWN AUDITING SERVICES

Disadvantaged Business Enterprise Supportive Services Program

REQUEST FOR PROPOSAL INFORMATION SECURITY CONSULTANT FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P03

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Professional Development and Training Services

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX MAKUENI

REQUEST FOR PROPOSAL

The Request for Proposal consists of the following documents, and should be read in conjunction with any Addenda issued:

TOWNSHIP OF LAKE OF BAYS R.F.P REQUEST FOR PROPOSAL

CONSULTANCY SERVICES FOR PREPARATION AND SUBMISSION OF REPORTS ON ERP FINANCE MODULE (CODE: MSTC-ERP-CP)

REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS

BOMET WATER COMPANY LIMITED

Request for Proposals and Specifications for a Community Solar Project

REQUEST FOR PROPOSAL (RFP) From National firms/institutes/organizations

REQUEST FOR PROPOSALS

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

REQUEST FOR PROPOSALS

Nepal Telecom. Nepal Doorsanchar Company Limited. Terms of Reference (TOR) for Consultancy Services for Marketing of Nepal Telecom s Services

Request for Proposal

Amalgamation Study Consultant

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

TENDER DOCUMENT. For Selection of Surveyor Agency for Survey works at Panagarh Industrial Park of WBIDC

(A Government of India Enterprise) MSTC LIMITED

PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

Request for Proposal

REQUEST FOR PROPOSAL. Production & Supply of Promotional & Marketing Items for Maldive Gas Pvt Ltd TENDER DOCUMENT

Pontiac Public Library. Request for Proposal. For Forensic Audit Services. For the period. July 1, 2012 to December 31, 2013

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Design concept for Fairs and Exhibitions

Call for Proposals from non-for-profit organizations

City of Malibu Request for Proposal

REQUEST FOR PROPOSALS

INSTRUCTION TO BIDDERS

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

REQUEST FOR PROPOSAL Architectural Services

Request for Proposals (RFP) The provision of Media Monitoring and Analyses services to the CSIR. RFP No. 770/09/06/2017

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

International Women s Club of Sofia Call for Proposals Small Grants. Deadline for receipt of applications: 31 January 2018

RESOLUTION NUMBER 2877

Arizona Department of Education

The Dialogue Facility THE DIALOGUE FACILITY Bridging Phase Guidelines and Criteria for Support

Tender 1/2018 Request for Existing Plant Pre-Qualification for the Power 2022 Procurement Process

West Central Texas Municipal Water District REQUEST FOR PROPOSALS TO CONDUCT AN INDEPENDENT MANAGEMENT AUDIT

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Request for Proposal. Parenting Education

Creation of Corporate Film for India Brand Equity Foundation (IBEF)

EPC/PRO/RFP/003/ REQUEST FOR PROPOSALS FOR THE EVENT ORGANIZER FOR THE 2014 NATIONAL EXPORTER S FORUM

Request for Proposal. Independent Living

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP) EMPANELMENT OF EXTERNAL TRAINING INSTITUTES FOR IMPARTING ONLINE PRE- RECRUITMENT TRAINING TO AGENTS.

ITALIAN EGYPTIAN DEBT FOR DEVELOPMENT SWAP PROGRAMME PHASE 3

City of Gainesville State of Georgia

Transcription:

Kathmandu Office UNESCO Representative to Nepal Ref: KAT/11/186/AP/CI 28 February, 2011 Subject: Assessing the media landscape in Nepal Dear Sir/Madam, You are requested to submit a proposal for the assessment of the media landscape in Nepal, as per enclosed Terms of Reference (TOR). To enable you to submit a proposal, attached are: Annex I Instructions to Offerors Annex II General Conditions of Contract Annex III Terms of Reference (TOR) Annex IV Proposal Submission Form Annex V Price Schedule Form Your offer comprising of technical proposal and financial proposal, in separate sealed envelopes, should reach the following address no later than 18 March 2011, 16h00 (GMT+5:45). UNESCO OFFICE IN KATHMANDU Attention: Ms. Terhi Ylikoski, P.O.Box 14391, Sanepa, Lalitpur, Nepal PROPOSAL FOR SERVICES - DO NOT OPEN Reference: KAT/11/186/AP/CI This letter is not to be construed in any way as an offer to contract with your firm/institution. Your proposal could, however, form the basis for a contract between your firm/institution and UNESCO. You are requested to acknowledge the receipt of this letter and to indicate whether or not you will be submitting a proposal. For this purpose, and for any requests for clarifications, please contact: Ms. Terhi Ylikoski, t.ylikoski@unesco.org. For and on behalf of UNESCO: Axel Plathe P.O.Box 14391 Sanepa, Lalitpur, Nepal Tel.: + 977 1 5554769/4396 Fax: + 977 1 5554450 Kathmandu@unesco.org www.unesco.org/kathmandu

- 2 - ANNEX I Instructions to Offerors A. INTRODUCTION 1. General: The purpose of this RFP is to invite Sealed Proposals for undertaking a comprehensive assessment of the media landscape in Nepal. The sealed proposals are to be submitted to the UNESCO Kathmandu Office. Offerors should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by UNESCO to provide consulting services for the preparation of the Terms of Reference, and other documents to be used for the procurement of services to be purchased under this Request for Proposal. 2. Cost of Proposal: The Offeror shall bear all costs associated with the preparation and submission of the Proposal; and UNESCO will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation B. SOLICITATION DOCUMENTS 3. Contents of Solicitation Documents: Proposals must offer services for the total requirement. Proposals offering only part of the requirement will be rejected. The Offeror is expected to examine all corresponding instructions, forms, terms and specifications contained in the Solicitation Documents. Failure to comply with these documents will be at the Offeror s risk and may affect the evaluation of the Proposal. 4. Clarification of Solicitation Documents: A prospective Offeror requiring any clarification of the Solicitation Documents may notify the UNESCO contracting unit in writing at the organisation s mailing address or fax number or email address indicated in the RFP. The UNESCO contracting unit will respond in writing to any request for clarification of the Solicitation Documents that it receives earlier than two weeks prior to the deadline for the submission of Proposals. Written copies of the organisation s response (including an explanation of the query but without identifying the source of inquiry) may be sent to all prospective Offerors that has received the Solicitation Documents. 5. Amendments of Solicitation Documents: At any time prior to the deadline for submission of Proposals, the UNESCO contracting unit may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Offeror, modify the Solicitation Documents by amendment. All prospective Offerors that have received the Solicitation Documents will be notified in writing of all amendments to the Solicitation Documents. In order to afford prospective Offerors reasonable time in which to take the amendments into account in preparing their offers, the procuring UN entity may, at its discretion, extend the deadline for the submission of Proposals. C. PREPARATION OF PROPOSALS 6. Language of the Proposal: The Proposals prepared by the Offeror and all correspondence and documents relating to the Proposal exchanged by the Offeror and the UNESCO contracting

- 3 - unit shall be written in English. Any printed literature furnished by the Offeror may be written in another language so long as accompanied by a translation of its pertinent passages in which case, for purposes of interpretation of the Proposal, the language as stated in the Solicitation Documents applies. 7. Documents Comprising the Proposal: The Proposal shall comprise the following components: a. Proposal submission form; b. Operational and technical part of the Proposal, including documentation to demonstrate that the Offeror meets all requirements; c. Price schedule, completed in accordance with clauses 8 & 9; d. Proposal security (if required) 8. Proposal Form: The Offeror shall structure the technical part of its Proposal as follows: a. Management Structure: This Section should provide corporate orientation to include the year and country of incorporation and a brief description of present activities. It should focus on services related to the Proposal. This Section should describe the organizational unit(s) that will become responsible for the contract, and the general management approach towards a project of this kind. The Offeror should comment on its experience in similar projects and identify the person(s) representing the Offeror in any future dealing with the UNESCO contracting unit. b. Resource Plan This should fully explain the Offeror s resources in terms of personnel and facilities necessary for the performance of the requirements, and any plans for their expansion. It should describe Offeror current capabilities/facilities and any plans for their expansion. c. Proposed Approach, Methodology, Timing and Outputs This section should demonstrate the Offeror s responsiveness to the specification by identifying the specific components proposed, addressing the requirements, as specified, point by point; providing a detailed description of the essential performance characteristics proposed warranty; and demonstrating how the proposed methodology meets or exceeds the specifications. You should include the number of person-working days in each specialization that you consider necessary to carry out all work required. For assessment of your understanding of the requirements please include any assumptions as well as comments on the data, support services and facilities to be provided by the beneficiary as indicated in the Statement of Requirements/TOR, or as you may otherwise believe to be necessary. The technical part of the Proposal should not contain any pricing information whatsoever on the services offered. Pricing information shall be separated and only contained in the appropriate Price Schedules. It is mandatory that the Offeror s Proposal numbering system corresponds with the numbering system as provided in the TOR. All references to descriptive material and brochures should be included in the appropriate response

- 4 - paragraph, though material/documents themselves may be provided as annexes to the Proposal/response. 9. Proposal prices: The Offeror shall indicate on an appropriate Price Schedule, an example of which is contained in the Price Schedule sheet, the prices of services it proposes to supply under the contract. 10. Proposal currencies: All prices shall be quoted in US dollars any other convertible currency. 11. Period of validity of proposals: Proposals shall remain valid for ninety (90) days after the date of Proposal submission prescribed by the UNESCO contracting unit, pursuant to the deadline clause. A Proposal valid for a shorter period may be rejected by the UNESCO contracting unit on the grounds that it is non-responsive. In exceptional circumstances, the UNESCO contracting unit may solicit the Offeror s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. An Offeror granting the request will not be required nor permitted to modify its Proposal. 12. Format and signing of proposals: The Offeror shall prepare two copies of the Proposal, clearly marking each Original and Copy as appropriate. In the event of any discrepancy between them, the original shall govern. The two copies of the Proposal shall be typed or written in indelible ink and shall be signed by the Offeror or a person or persons duly authorised to bind the Offeror to the contract. The latter authorisation shall be indicated by written power-of-attorney accompanying the Proposal. A Proposal shall contain no interlineations, erasures, or overwriting except, as necessary to correct errors made by the Offeror, in which case such corrections shall be initialed by the person or persons signing the Proposal. 13. Payment: UNESCO shall effect payments to the Contractor within 30 days after receipt and acceptance of the invoices submitted by the contractor for services provided. D. SUBMISSION OF PROPOSALS 14. Sealing and marking of proposals: The Offeror shall seal the Proposal in one outer and two inner envelopes, as detailed below. The inner and outer envelopes shall: Be addressed to procuring entity at the address given in the cover page of these Solicitation documents; and make reference to the subject indicated, and a statement: PROPOSAL FOR SERVICES - DO NOT OPEN, to be completed with the time and the date specified pursuant to clause 15 of Instructions to Bidders. Both inner envelopes shall indicate the name and address of the Offeror. The first inner envelope shall contain the information specified in Clause 8 (Technical Proposal) above, with the copies duly marked Original and Copy. The second inner envelope shall include the Price Proposal duly identified as such. Note: If the inner envelopes are not sealed and marked as per the instructions in this clause, the UNESCO contracting unit will not assume responsibility for the Proposal s misplacement or premature opening.

- 5-15. Deadline for submission of proposals Proposals must be received on or before the date and time specified on the cover page of these Solicitation Documents. The UNESCO contracting unit may, at its own discretion extend this deadline for the submission of Proposals by amending the solicitation documents in accordance with clause Amendments of Solicitation Documents, in which case all rights and obligations of the UNESCO contracting unit and Offerors previously subject to the deadline will thereafter be subject to the deadline as extended. 16. Late Proposals Any Proposal received by the UNESCO contracting unit after the deadline for submission of proposals, pursuant to clause Deadline for the submission of proposals, will be rejected. 17. Modification and withdrawal of Proposals The Offeror may withdraw its Proposal after the Proposal s submission, provided that written notice of the withdrawal is received by the UNESCO contracting unit prior to the deadline prescribed for submission of Proposals. The Offeror s withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of clause Deadline for Submission of Proposals. The withdrawal notice may also be sent by email or fax but followed by a signed confirmation copy. No Proposal may be modified subsequent to the deadline for submission of proposals. No Proposal may be withdrawn in the Interval between the deadline for submission of proposals and the expiration of the period of proposal validity specified by the Offeror on the Proposal Submission Form. E. OPENING AND EVALUATION OF PROPOSALS 18. Opening of proposals UNESCO representatives will open all Proposals after the deadline for submissions and in accordance with the rules and regulations of the organization. 19. Clarification of proposals To assist in the examination, evaluation and comparison of Proposals, UNESCO may at its discretion, ask the Offeror for clarification of its Proposal. The request for clarification and the response shall be in writing and no change in price or substance of the Proposal shall be sought, offered or permitted. 20. Preliminary examination The UNESCO contracting unit will examine the Proposals to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed, and whether the Proposals are generally in order. Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Offeror does not accept the correction of errors, its Proposal will be rejected. If there is a discrepancy between words and figures the amount in words will prevail. Prior to the detailed evaluation, the UNESCO contracting unit will determine the substantial responsiveness of each Proposal to the Request for Proposals (RFP).

- 6 - For purposes of these Clauses, a substantially responsive Proposal is one, which conforms to all the terms and conditions of the RFP without material deviations. The determination of a Proposal s responsiveness is based on the contents of the Proposal itself without recourse to extrinsic evidence. A Proposal determined as not substantially responsive will be rejected by UNESCO and may not subsequently be made responsive by the Offeror by correction of the non-conformity. 21. Evaluation and comparison of proposals A two-stage procedure will be used in evaluating the proposals, with evaluation of the technical component being completed prior to any price component being opened and compared. The Price Component will be opened only for submissions that passed the minimum score of 70 % of the total points obtainable for the technical evaluation. The technical proposal is evaluated on the basis of its responsiveness to the Terms of Reference (TOR). The criteria that will be used to assess point 1 below will include, but not be limited to, the Offeror s understanding of the task in relation to the requirements set out in the Terms of Reference, the appropriateness of the approach and methodology to address the key questions in the Terms of Reference, the quality and rigor of the proposed methodology, and the overall presentation and logic of the work plans. The criteria that will be used to assess point 2 below are already given in paragraph 24 of the Terms of Reference. HIGHEST TOTAL SCORE OF WEIGHTED TEHCHNICAL AND FINANCIAL CRITERIA The price proposal of all offerors, who have attained minimum 70 % score in the technical evaluation, will be compared. The contract will be awarded to the offeror that receives the highest score out of a pre-determined set of weighted technical and financial criteria as specified below. Technical Proposal Evaluation Form Summary of Technical Proposal Evaluation Forms 1. Quality of proposed approach, methodology and work plan 50 2. Qualifications and experience of key staff 50 Total 100 Points Obtaina ble Name of Firm / Institution A B C Summary of Financial Proposal Financial Proposal Evaluation Form Financial Proposal 100 Sub-total for Financial Proposal 100 Points Obtaina ble Name of Firm / Institution A B C Evaluation of the price proposals (of all Offerors who have attained minimum 70 % score in the technical evaluation) will be based on the weight scoring method as follows:

- 7 - - Financial proposals are opened and list of prices is prepared, where the lowest price is ranked as the first one (receiving highest amount of points) and the most expensive as the last one (receiving the least amount of points). - Lowest price is given maximum points (e.g. 30), for other prices the points are assigned based on the following formula: [Amount of points = lowest price/other price * total points obtainable for financial proposal] An example: - Offeror A lowest price ranked as 1st in the amount of USD 10,000 = a - Offeror B second lowest price ranked as 2nd in the amount of USD 15,000 = b Points assigned to A = 30 Points assigned to B = 20 (following formula: a/b * 30 i.e. 10,000/15,000 * 30 = 20 points) Combined Technical and Financial Proposal Evaluation Form Points Sample: Summary of Technical & Financial Proposal Obtaina ble Name of Firm / Institution A B C Sub-total Technical Proposal 100 Sub-total Financial Proposal 100 Total for Technical & Financial Proposal 200 F. AWARD OF CONTRACT 22. Award criteria, award of contract The UNESCO contracting unit reserves the right to accept or reject any Proposal, and to annul the solicitation process and reject all Proposals at any time prior to award of contract, without thereby incurring any liability to the affected Offeror or any obligation to inform the affected Offeror or Offerors of the grounds for such action. Prior to expiration of the period of proposal validity, the UNESCO contracting unit will award the contract to the qualified Offeror whose Proposal after being evaluated is considered to be the most responsive to the needs of the organisation and activity concerned. 23. Purchaser s right to vary requirements at time of award UNESCO reserves the right at the time of award of contract to vary the quantity of services and goods specified in the RFP. 24. Signing of the contract The successful Offeror shall sign the contract and return it to UNESCO at the earliest convenience but no later than within 14 days of date of receipt by the Offeror.

- 8 - ANNEX II - General Conditions of Contract for Professional Services

- 9 -

- 10 - Annex III - Terms of Reference Background: The Media Development Indicators (MDIs), endorsed by the Intergovernmental Council of UNESCO s International Programme for the Development of Communication (IPDC) at its 26th session in March 2008, were developed with a view to defining a framework within which the media can best contribute to, and benefit from, good governance and democratic development. It was the culmination of extensive research and expertise in bringing together a number of ongoing methodologies and schools of thoughts regarding media development. The MDIs look at all aspects of the media environment: 1. System of regulation; 2. Plurality and diversity of media; 3. Media as a platform for democratic discourse; 4. Professional capacity building; and 5. Infrastructural capacity. Taken as a whole, they provide an aspirational picture of the media ecology to be constructed in order to ensure freedom of expression, pluralism and diversity of the media. They can therefore serve as an important tool for guiding the efforts of actors working in the area of media development, including policy makers. Collaboration and local ownership are vital in the process, which is intended to enhance the potential impact, local capacity and improve sustainability for activities. Therefore the assesment will be guided by a Steering Committee (MDI Steering Committee), consisting of national experts in the field of media in Nepal. Purpose: Conduct a comprehensive assessment of the situation of the media in Nepal based on the UNESCO/IPDC Media Development Indicators. In this view a) carry out extensive background literature review; b) collect and analyse data, c) conduct and evaluate interviews/surveys with relevant stakeholders, including public, community and private media outlets, media professionals, training institutions, Government, parliamentarians, civil society organizations, academia, etc, d) prepare an analytical study on the basis of the above elements and e) present its preliminary findings to a national conference on media development in Nepal and f) finalize the study taking into account the findings and recommendations of te national conference. General requirements: The assessment should be carried out in close consultation with the UNESCO Office in Kathmandu and the MDI Steering Committee. The study should cover the entire set of indicators presented in the MDI publication and should follow the following structure: 1. Introductory overview of the current media situation in Nepal, including of the media reforms taking place, and identification of main issues to be addressed. 2. System of regulations; 3. Plurality and diversity of media; 4. Media as a platform of democratic discourse; 5. Professional capacity-building;l 6. Infrastructural capacity; and

- 11-7. Evidence-based recommendations on the policies and media reforms necessary to create an enabling environment for free, pluralistic and independent media. The study should include an annex outlining the practical challenges linked to the application of the indicators and the availability of data sources. Two other studies on community radios and public service broadcasting will be conducted simultaneously with the assesment by other contractors. Therefore the assessment should not focus on these two areas, but utilize the findings of these two studies in the assessment. The assessment team should comprise both media and law experts. Terms of reference: The contract shall conduct a comprehensive assessment of the situation of the media in Nepal based on the UNESCO/IPDC Media Development Indicators. In this view, the contractor shall a) carry out extensive background literature review; b) collect and analyse data, c) conduct and evaluate interviews/surveys with relevant stakeholders, including public, community and private media outlets, media professionals, training institutions, Government, parliamentarians, civil society organizations, academia, etc, d) prepare an analytical study on the basis of the above elements and e) present its preliminary findings to a national conference on media development in Nepal and f) finalize the study taking into account the findings and recommendations of te national conference. In particular, the Contractor shall: 1. Engage a qualified project coordinator and local consultants to provide advisory services on selected thematic areas. Relevant expertise should include legal and policy issues, professional capacities and awareness of ICTs / "new" media / community media issues; 2. Carry out a broad consultation, including field visits to five regions (two districts per region), among local media organizations, professional associations, academics, government representatives and NGOs in order to gather information on all aspects of media development in Nepal, as described in the indicators;. 3. Identify potential data sources to provide a basis for verifying the indicators in the agreed methodology and submit for approval to UNESCO (as an annex to the draft report); 4. Collect data in parallel with the consultation exercise; 5. Liaise with and take advice and guidance from the UNESCO Office in Kathmandu on a regular basis; 6. Present the detailed research and work plan to UNESCO Office in kathmandu and the MDI Steering Committee before commencing the research; 7. Present the project implementation and research findings midway of the process as well as before the national conference; 8. Organize and conduct, in consultation with UNESCO and the Steering Committee, a multistakeholder national conference before end of 2011, during which national stakeholders will discuss the findings of the study. The conference will involve five workshops focusing on each of the categories of indicators presented in the MDI paper; 9. Incorporate comments and recommendations from the national conference, as well as from UNESCO in the study;

- 12-10. Recommend a process of regular collection of media-related data and periodical assessments of the national media landscape based on the Media Development Indicators; 11. Ensure the equal participation of men and women throughout the process, and pay attention on reporting on the specific challenges faced by women journalists. 12. Submit to UNESCO for approval a. by 30 April 2011: i. Detailed work plan outlining how the Contractor intends to organize his/her work between March and November 2011; ii. Detailed budget; iii. CVs of the specialists (1 coordinator and 4 consultants) composing the research team. b. by 30 June 2011: i. Draft study in English on the basis of the information gathered including (i) a comprehensive analysis of Nepal s media landscape on the basis of UNESCO s MDIs and (ii) a set of evidence-based recommendations to strengthen the development of free, independent and pluralistic media in Nepal; c. by 15 November 2011: i. List of participants for the national conference; ii. Finalized report ready to be published in English; iii. Certified financial statement.

- 13 - ANNEX IV Proposal Submission Form TO: UNESCO (as part of your technical proposal) Dear Sir / Madam, Having examined the Solicitation Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide Professional 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 90 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 Bidder Address of Bidder Authorised Signature Date: Name of Authorised Signature (type or print) Functional Title of Signatory

- 14 - GENERAL INSTRUCTIONS ANNEX V Price Schedule Form 1. The Bidder is asked to prepare the Price Schedule as a separate envelope from the rest of the RFP response as indicated in paragraph 14 (b) of the Instructions to Offerors. 2. All prices/rates quoted must be exclusive of all taxes, since the UNESCO is exempt from taxes as detailed in Section II, Clause 18. 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 Request for Proposal Ref: Total Financial Proposal [currency/amount]: Date of Submission: Authorized Signature: Description of Activity/Item No of Consultants Rate per Day [currency/ amount] No of man-days 1. Remuneration 1.1 Services at Home Office 1.2 Services in the Field Description of Activity/Item No of Consultants Rate per Day [currency/ amount] No of man-days 2. Other Expenses 2.1 Travel* 2.2 Per Diem Allowances** 2.3 Communications 2.4 Reproduction and Reports 2.5 Equipment and other items 2.6 Others (please specify) Total [currency/amount] Total [currency/amount] * Travel cost shall include the costs linked to all travel including international travel. ** Per Diem Allowances are foreseen to cover all expenditures during travel (accommodation, meals, local transportation etc.). No additional travel costs or any other related expenditure will be reimbursed.