Request for proposals for a consultant specializing in developing individual treatment plans – RFP-JTAP-047 At Creative Associates International


Request for Proposals (RFP)

To: Bidders

From: Creative Associates International

Subject: Request for Proposal (RFP) – RFP-JTAP-047 Specialized consultant in the field of developing individual treatment plans

Referral type: Comprehensive consulting agreement

Referral criteria:Best value

Date of issuing the request for proposals: April 21, 2024

RFP closing date: 09 May 2024

Closing time for the request for proposals: 4:00 pm – Amman-Jordan time

Reference: USAID Contract No. 72027821C00005

Request for Proposal (RFP) attached. Creative invites qualified individuals to submit bids for the Jordan Technical Assistance Program (TAP) under USAID 72027821C00005 referred to, following evaluation, and as described herein, as a result of selection of the winning bid, obtaining a referral is subject to negotiation of terms and conditions and obtaining approval of the USAID Contracting Officer. For international development, if necessary.

The requirements for this activity are described in the “Statement of Work” in Attachment I. Creative encourages interested individuals to express interest in this purchase by submitting an offer in accordance with the instructions in Attachment II “Instructions to Bidders.” Bids will be evaluated based on the “Evaluation Criteria” in Annex III. Creative will refer to whoever submits a proposal that provides the best value for the project: artistic merit and price will be considered.

To be considered for an offer, bidders must submit a complete offer no later than the closing date and time indicated above. Bidders must ensure that offers are well written in Arabic, easy to read, follow the instructions provided and contain only the required information.

Any questions should be submitted via email to TapProcurement@crea-jtap.com no later than April 24, 2024. Any questions will not be answered if received by means other than the email address specified, and any communication with alternate email addresses will disqualify the applicant. Giving . The tender request number (mentioned above) must be mentioned in the subject field. Answers will be compiled and distributed on April 29, 2024.

Offers must consist of one electronic copy of the technical offer and one electronic copy of the cost/works offer, sent in separate emails, and classified according to the above-mentioned bid request number and address.

Bids must be submitted to:

Creative Operations Department at TapProcurement@crea-jtap.com

And accept respect,

Operations Department at Creative

Attachments:

Annex I: Statement of Work

Annex II: Instructions to bidders

Annex III: Evaluation criteria

Attachment Four: Offer cover letter

Annex I:

Statement of work

A consultant specialized in developing individual treatment plans

  1. Introductory information

The Technical Assistance Program (TAP), funded by the United States Agency for International Development (USAID), is a five-year education and youth project that seeks to transform organizational culture and improve capacity in the Ministry of Education and the Ministry of Youth to ensure officials can implement desired reforms. The Creative Foundation and its partners will provide technical assistance in developing, implementing and tracking policies and procedures to incorporate international best practices for public education and youth programming. Among the many activities in the USAID Technical Assistance Program, the program will support curriculum development, enhance inclusive learning techniques, improve the skills of teachers and principals, and other tangible activities that ultimately support organizational culture change within the two ministries and related agencies. The program will support awareness-raising and communication initiatives in the field of behavior change in Jordan, which aim to create a culture of reading, integrate children from vulnerable groups and increase youth participation.

2. Business scope

The expert will work closely with experts from the Technical Support Program for the Education and Youth Sectors, the National Center for Curriculum Development, and the relevant departments in the Ministry of Education: (Supervision and Training Department, Examinations and Tests Department, and Special Education Department); To design and develop individual remedial plans for reading and writing skills for grades 4-9. In line with the national plan for the treatment program, and with the developed framework for Arabic language curricula; The needs of male and female learners and their learning styles ; To carry out the tasks specified below.

3. Main tasks and responsibilities

  • Supporting the writing team charged with preparing individual remedial plans for students in grades 4-9 through the following:
  • Designing a work methodology to build individual plans to address students’ learning gaps in reading and writing skills in the Arabic language subject for grades (4-9).
  • Determine the necessary standards to build individual plans for treating students in reading and writing skills.
  • Determine the necessary criteria to build a survey scale and evaluate students’ performance after employing individual remedial plans.
  • Developing individual plans for my skills (reading and writing) to be implemented at the beginning of the current academic year 2024-2025.
  • Reviewing the individual plans and the survey scale after their completion to ensure that it conforms to the standards and methodology that were adopted.
  • Supporting the implementation of individual treatment plans, and measuring the impact of their application in the field.
  • Directing workshops to develop and build individual plans, and building a survey scale for individual plan standards.
  • Guiding the team on the mechanism for writing instructions for implementing and reviewing the individual treatment plan.
  • Supervising the development of the training framework for strategies for implementing individual treatment plans.
  • Directing the team to model individual remedial plan classes for students.
  • Drafting (a script) for an introductory video about individual therapeutic plans, and the instructions for employing therapeutic plans within the classroom.
  • Study the data collected on actual implementation during the first semester 2024-2025 to provide proposals and policies that help improve the impact of individual remedial plans for the second semester.
  • Building and developing a procedural guide to institutionalize the steps for building individual treatment plans, and the mechanism for working with different departments.

4. Skills and qualifications:

  • Master’s degree in curriculum development and planning.
  • Bachelor’s degree in a branch of education.
  • In-depth experience of not less than 10 years in measuring and diagnosing learning difficulties.
  • In-depth experience of not less than 10 years in preparing individual treatment plans for reading and writing skills.
  • In-depth experience of not less than 5 years using international standardized standards such as: (Stanford Binet 5th Edition/Wechsler Mental Abilities Measurement/Litter 3 International Performance Scale – Arabic Picture).
  • Teaching experience for at least 5 years.
  • Experience in applying a set of cognitive tests (visual and auditory) to students.
  • Experience in applying standards to diagnose basic skills in the Arabic language, and interpreting their results.

5. Estimated period of performance and level of effort (LOE)

Estimated performance period: from the date of signing up to one year.

Estimated Level of Effort (LOE): 65 working days.

6. Supervisory arrangements: The consultant will work with the Technical Assistance Program team and report directly to the Arabic Language Advisor in the Technical Support Program.

7. Work location: Amman – Jordan

8. Results and/or output table

Task No. 1 – Estimated level of effort: 20 days

Developing a general framework for standards for building individual plans to address students’ learning gaps in reading and writing skills in the Arabic language subject for grades (4-9)

  • Developing a methodology for building individual remedial plans for students in reading and writing skills.
  • Directing the work team to prepare the scope and sequence matrix for individual plans for reading and writing skills based on the outcomes of the materials supporting the Arabic language study for grades (4-9).
  • Preparing the necessary standards to build individual plans for students in reading and writing skills.
  • Preparing the necessary criteria to build the long-term/short-term goals of the individual plan/diagnostic scale.
  • Developing an implementation plan to prepare individual plans for reading and writing skills.

Task outcomes 1, first semester

  1. Methodology for constructing individual treatment plans.
  2. Range and sequence matrix for reading and writing skills for the first semester.
  3. Criteria for building an individual treatment plan.
  4. Criteria for constructing an assessment tool survey scale.
  5. An executive plan to prepare individual plans for the first semester

Task Outputs 1 Chapter Two

  1. Methodology for building individual treatment plans/updated.
  2. Range and sequence matrix for reading and writing skills for the second semester
  3. Criteria for building an updated individual treatment plan
  4. Criteria for constructing an assessment tool survey scale.
  5. An executive plan to prepare individual plans for the second semester

Task No. 2 – Estimated level of effort: 20 days
Directing the work team charged with developing and building individual remedial plans for grades (4-9).

  • Reviewing students’ individual plans to ensure they comply with the required standards and methodology.
  • Directing the team to formulate detailed strategies and guidelines to implement individual plans.
  • Review detailed instructions for implementing individual plans.
  • Preparing script content for an introductory video about individual treatment plans.
  • Participate in leading training on the mechanism of applying and implementing individual treatment plans.
  • Reviewing the implementation plan and developing it in light of experimentation.

Outcomes of Task 2, First Chapter

  1. Individual plans for reading and writing skills for grades 4-9 for the first semester.
  2. A technical report that includes detailed feedback on the completed plans.
  3. Detailed strategies and guidance.
  4. Detailed feedback on guidelines for implementing treatment plans.
  5. A script for identifying individual plans.
  6. Notes about the training materials.
  7. A detailed technical report on the proposed amendments to the implementation plan.

Outputs of Task 2, Chapter Two

  1. Updated individual plans for reading and writing skills for grades 4-9 for the second semester.
  2. An updated technical report that includes detailed feedback on the completed plans.
  3. Up-to-date strategies and detailed guidance.
  4. Detailed feedback on updated guidelines for implementing treatment plans.
  5. A script for instructions for implementing plans in the classroom.
  6. Notes for improving training materials.
  7. An updated and developed implementation plan for the second semester.

Task No. 3 – Estimated level of effort: 20 days

Study the data collected about actual implementation during the first semester 2024-2025 to provide proposals that help in developing individual treatment plans for the second semester.

  • Carrying out two field visits every semester to see the reality of the actual implementation of individual treatment plans within classroom lessons.
  • Directing the team to model quotas for individual treatment plans.
  • Participate in leading focus groups of teachers and supervisors on the methodology of individual plans.
  • Participate in leading focus groups to review the structure of individual plans for reading and writing skills for the first semester.
  • Providing recommendations and proposals to develop individual treatment plans for the second semester.

Task outcomes 3, first semester

  1. A technical report that includes feedback on the reality of implementing individual remedial plans within the classroom.
  2. A technical standard tool for monitoring and evaluating the mechanism of implementing individual treatment plans within the classroom.
  3. A training material that includes the most prominent strategies, practices, and applications that must be employed within the classroom.
  4. A technical report containing the most prominent proposals and recommendations to improve and develop individual treatment plans for the second semester.

Task outcomes 3, second semester

  1. A technical report that includes proposals to improve and improve the application of individual remedial plans within the classroom.
  2. An updated and optimized technical standard tool for monitoring and evaluating the mechanism of implementing individual treatment plans within the classroom.
  3. A technical report that includes success stories and best practices for implementing individual treatment plans within classroom lessons.
  4. Updated individual treatment plans for the second semester.

Task No. 4 – Estimated level of effort: 5 days

Building and developing a procedural guide to institutionalize the steps for building individual treatment plans, and the mechanism of working with different departments:

  • Directing the core team to build parts of the procedural guide, and formulating and documenting the work steps.
  • Participate in managing focus groups for the advisory group; To discuss parts of the guide with the concerned Ministry of Education departments.
  • Reviewing the procedural guide and approving it finally.

Task Outputs 4 Chapter Two

  1. Illustrative instructions for the methodology of building the procedural guide.
  2. A technical report containing the feedback provided by the focus groups on the methodology for constructing the procedural guide.
  3. A procedural guide that includes steps that establish the work mechanism for building and employing individual plans.

Effort level/workdays are subject to increase or decrease as per software requirements.

How to apply

Annex II

Instructions to bidders

  1. General instructions

These instructions to bidders will not form part of the offer or contract. It is only intended to help them prepare their presentations. Read and follow these instructions carefully .

  1. The Offer and all corresponding documents relating thereto must be written in English, unless expressly permitted otherwise. In addition, all presentations must be single-spaced with clear section headings, and presented in the order specified in Attachment III – Evaluation Criteria.
  2. Proposals must include the presenter’s work only. No text should be copied from sources outside your organization, unless such sources are adequately cited and credited. If Creative determines that any part of the presentation is plagiarized from external sources, the presenter will be automatically disqualified.
  3. Offers, all prices and costs for the daily rate must be submitted in Jordanian dinars , and will be subject to a 5% income tax deduction for Jordanians and 10% for non-Jordanians according to the Jordanian income tax law.
  4. The bidder must state the validity period of his offer. The minimum offer acceptance period for this request is 90 days after the closing date of the RFP. If a bidder has submitted a validity period of less than 90 days, they will be asked to review this. If the bidder does not extend the validity period, his bid will be rejected. Creative reserves the right not to make a referral.
  5. The technical presentation must be separated from the cost and business presentation. Technical proposals must not indicate cost or pricing information at any time . This will allow technical evaluation to be carried out strictly on the basis of artistic merit.
  6. Creative will not reimburse any costs incurred by the Presenter in preparing and submitting the Presentation. All these costs shall be at the expense of the bidder.
  7. Limitation of Liability: The contract must be awarded to “responsive” contractors only. To enable Creative to make this decision, the Bidder must submit a cover letter, as set forth in Attachment IV.
  8. Late Bids: It is the Bidder’s sole responsibility to ensure it is received in accordance with the instructions herein. A late offer will be recommended for rejection, even if it is late due to circumstances beyond the submitter’s control. Late offers will only be considered at the discretion of the Procurement Department.
  9. Amendment/Withdrawal of Proposals: Bidders have the right to withdraw, amend or correct their proposal after submitting it to Creative at the above address, provided that the application is submitted before the closing date of the RFP.
  10. Disposition of Proposals: Proposals submitted in response to this RFP will not be returned. Reasonable effort will be made to ensure the confidentiality of all offers submitted. This RFP does not seek information of a highly proprietary nature, but if such information is included in a proposal, the bidder must alert Creative and must annotate the material by marking it “Confidential and Proprietary” so that these sections may be treated confidentially. Appropriate.
  11. Clarifications and Amendments to the RFP: Any questions regarding this RFP should be sent via email to Technical Assistance Program Procurement@crea-jtap.com. Any questions/clarifications will not be answered if received by other means. The application number must be mentioned in the subject. Responses will be compiled and sent to all bidders who requested this RFP, or republished publicly if submitted as a full and open competition.
  12. Creative expects discussions to be held with bidders, however, Creative reserves the right to refer without discussions. Best offers are highly recommended.

Failure to agree to and comply with any of the above instructions will result in the bidder being deemed non-responsive and the offer may be rejected.

  1. presentation:

Bids must be submitted in two separate files via the email address below:

  1. Email 1 – Technical offer
  2. Email 2 – View cost

Each email must be clearly labeled with the RFP number.

Bids must be submitted no later than the specified date/time.

Bidders who do not submit technical and cost proposals separately will be excluded.

  1. Display content:

The offer consists of three sections:

  1. Cover letter (Attachment IV)
  2. the art show
  3. View cost and business
  4. Cover letter: It must be on the offeror’s letterhead and must contain the information required in Attachment IV.
  • the art show:
  1. The technical demonstration is an opportunity for the bidder to demonstrate that the individual is “technically capable” of carrying out the activity, and must demonstrate the bidder’s understanding of the work and ability to carry it out, addressing the key issues set out in the evaluation criteria in Annex III.
  2. The technical proposal must be divided into clearly separate sections that follow the same order as the evaluation criteria in Appendix III. A poorly arranged display that makes information difficult to find will result in a lower score.
  3. If a Proposer submits a Proposal that fails to respond to the majority of the information required in this RFP, as specifically described in the Statement of Work and Evaluation Criteria, that Proposal will be automatically disqualified.

Cost Bid *:** This must be submitted separately from the Technical Bid and will primarily indicate the cost of performing the work. At a minimum, the daily price is subject to an income tax deduction of 5% for Jordanians and 10% for non-Jordanians according to the Jordanian income tax law.*

Failure to comply with any of the above points will result in the bidder being deemed “non-responsive” and the offer may be rejected.

If a Bidder provides insufficient information in their technical and/or cost proposal, Creative reserves the right to request additional information, or request a revised proposal from the Bidder, if necessary.

Creative reserves the right not to provide any referral, or multiple referrals, under this RFP.

Annex III

Evaluation Criteria

  1. Basis of referral:
  2. The bidder that offers the best value will be referred to the bidder, in accordance with Federal Acquisition Regulations (FAR) Subpart 15.1 – Source Selection Processes and Techniques. In all requests for bids, Creative will consider and make an evaluation based on the technical and cost proposals submitted. Artistic importance is placed above cost. In rare cases, Creative may also award any bid other than the highest rated technical bidder or the lowest bid bidder, in accordance with FAR 15.101-1.
  3. The award will be awarded to the bidder who submits the best value proposal that is the optimal combination of technical advantages and reasonable cost and does not exceed the internal budget specified for the effort. Proposals will be graded based on technical factors first. The cost/work proposal will only be reviewed for those proposals that exceed the minimum qualifying score of 70 points in the technical evaluation. Those who do not achieve this qualifying score in the technical evaluation will be considered non-competitive evaluation criteria.
  4. Evaluation Criteria
  5. Technical competence – presented in the technical presentation (70 points)

The person who achieves the highest score within the following competitive criteria will be referred:

  1. Qualifications and education: (70 marks)
  2. Past performance and experience: (30 marks)

As shown in the table below: The evaluation will be conducted according to the criteria shown in the table

Element 1 : Qualifications and education – Available points: 70 marks

Requirements:

Attach a CV that includes qualifications and education:

  • Master’s degree in curriculum development and planning.
  • Bachelor’s degree in a branch of education.
  • In-depth experience of not less than 10 years in measuring and diagnosing learning difficulties.
  • In-depth experience of not less than 10 years in preparing individual treatment plans for reading and writing skills.
  • In-depth experience of not less than 5 years using international standardized standards such as: (Stanford Binet 5th Edition/Wechsler Mental Abilities Measurement/Litter 3 International Performance Scale – Arabic Picture).
  • Teaching experience for at least 5 years.
  • Experience in applying a set of cognitive tests (visual and auditory) to students.
  • Experience in applying standards to diagnose basic skills in the Arabic language, and interpreting their results.

Element 2: Past performance and experience – Available points: 30 marks

Document and summarize a track record of successfully implementing similar activities to include a description of similar services previously provided and any lessons learned that will be incorporated into the activity described in this RFP.

Proposals with past performance with similar activity, in the same geographic area and/or on a similar scale as the activity described in this RFP will be scored more favorably than bidders who do not meet these criteria.

Please note that bidders cannot be evaluated based on information they do not provide. For example, if an offeror has current/past performance working with Creative, they cannot be evaluated favorably on that experience unless stated in their offer.

B. Previous performance and experience – mention at least 3

(a) Activity title

(b) Location(s) of activity

(c) Summary of the activity and its significance for this RFP

(d) Performance period (date, duration and if completed on schedule)

(e) Main contractor or subcontractor?

(f) Volume of activity

(g) Name and contact information
(email and telephone ) of the customer

  1. Reasonableness of cost and financial capacity – provided in the cost/works proposal. No grades are given.

Provide the full load rate for each category. Creative’s review of the cost proposal must determine whether the proposed total costs are realistic for the work to be performed, reflect a correct understanding of the project requirements, and are consistent with the submitter’s technical proposal. Creative will also review the elements of individual terms and determine whether they are permissible, customizable, and reasonable.

If a Bidder submits a proposal that fails to respond to the majority of the information required in this RFP, as specifically set forth in the Statement of Work and Evaluation Criteria, the Bidder’s proposal will be automatically disqualified.

Creative reserves the right to request additional supporting documentation or a revised proposal from the bidder if insufficient information is provided in the technical and/or cost proposal submitted. If the requested information is not provided, Creative has the right to exclude the company from offers for further consideration.

Annex IV

Offer cover letter format

City, country

the date

To: Creative Procurement Team

Mr. Mrs:

We, the undersigned, are proposing to implement [Enter RFP Number], [Enter Project Name], in accordance with your Request for Proposal dated [Enter MM/DD/YYYY YYY] and enclose our Technical Proposal and Cost/Works Proposal.

The personal data of the presenter is as follows:

  1. Name of presenter
  2. Address of the presenter
  3. Phone number/cell phone number, email address:
  4. A copy of the bidder’s ID

We stand by our offer, and undertake to make any amendments resulting from the negotiation, until the expiration of the offer. We understand that you are not obligated to accept this offer or any other offer you receive for that matter.

The Bidder also acknowledges that:

  1. Able to comply with the described completion or performance schedule, subject to all existing obligations and restrictions;
  2. Has an acceptable performance record;
  3. Has an acceptable record of integrity and work ethics;
  4. He has the necessary technical ability.
  5. Technically and legally qualified to obtain a referral under applicable laws and regulations.

And accept respect,

Authorized signature:

Name and surname of signatory:

the date:

Search Jobs By Country

List of Countries

May 2024
M T W T F S S
 12345
6789101112
13141516171819
20212223242526
2728293031