Job Positions at Tanzania Horticultural Association (TAHA)

Tags

 
APP REQ CONSULTANCY TO FACILITATE STANDARDS CERTIFICATION TRAININGS TO FARMERS AND FARMER GROUPS
Job Summary
ENGAGEMENT OF A CONSULTANCY TO FACILITATE STANDARDS CERTIFICATION TRAININGS TO FARMERS & FARMER GROUPS. RFA No. [TAHA/CONS/0013/2020]

Recommended:
Free CV Writing and Download, Cover/Job Application Letters, Interview Questions and It's Best Answers plus Examples. Click Here


Introduction:
Tanzania Horticultural Association, http://taha.or.tz/ is an apex private sector member-based organization mandated to develop and promote the horticultural industry in Tanzania. TAHA's goal is to improve the growth and competitiveness of horticultural industry in the country for social and economic gains by being a strong voicing platform, representing farmers at all levels, processors, exporters and service providers in the horticultural industry in Tanzania.

Read Also:
Background
TAHA is currently spearheading the design of the Tanzania Horticulture Market Access Strategy which will focus on identifying potential markets for Tanzania horticulture projects, identifying existing barriers within the sector, private sector competitiveness constraints and inefficiencies in market support infrastructure related to transport and logistics. In addition, the strategy will map out existing players and programmes and their potential role of the implementation of the strategy.

The programme supports the increase of market access of targeted horticulture products for both regional and international markets. Based on lessons from other country programmes export capability programming, the intervention is being implemented as a pilot project for the Tanzania export capability portfolio and will be initiated through strategic design to inform potential areas of support.

The Programme is many ways leverages existing programmes implemented in the sector by TAHA in partnership with other development partners and support the implementation of interventions around building export capacities (standards’ compliance and other support services), addressing priority regulatory constraints, facilitating access to targeted market support infrastructure (cold chain, warehousing and aggregation), strengthening market linkages and access to market information.
Read Also:

Objectives of the Assignment
Food safety is a rising concern in Tanzania, especially so in the horticulture sector. Traceability system in food safety is key in reduction of misuse of pesticides by smallholder farmers. Thus, a farm to market tracking of the flow of the product from the production process to the customer table is mandatory in order to improve on the safety of the food. Global GAP is a voluntary market standard that seeks to establish the operations that are geared towards achieving both environmental sustainability and reduction of misuse of harsh pesticides that will otherwise harm food production.

Hence the programme has a component aiming to enhance farmer’s compliance capacity for market access shelved by the below objectives:
· Increased awareness among the horticultural producers to be able to adopt horticultural technologies.
· Development of the capacity for market access beyond Tanzania that targets regional and international markets.

Scope of the Assignment
The scope of work will include, but not necessarily be limited to, the following activities:
1) Development of a proper food traceability system in line with Global Gap version 5.2 for fruits and vegetables in the formed Apex Farmer Groups in Northern Zone and the Southern Highlands of Tanzania.
2) Undertake all the key mandatory required trainings as per Global gap version 5 Fruits and vegetables Sub scope for the farmers groups in selected areas of Northern and Southern Highlands Zone.
3) Build the capacity of the farmer groups to carry on with proper Record Keeping.
4) Development of the Quality Management System for the mobilized Farmer Groups.
5) Identify the Equipment that are necessary towards the attainment of the Global GAP certification.
6) Train the selected farms on Risk assessments, sampling of water, soil and MRL testing as prerequisite to undertake Global gap certification
7) Ensure that the 3 selected farms have in place structures that meet Global gap food safety standard
8) Undertake the role of doing internal audits, and finally participate in external audits.
9) Close off all Non conformities as may arise from external audits and hand over the final report.
Read Also:

Deliverables
The following will be outputs expected in the course of the assignment;
  • Detailed training program.
  • Detailed report on the gaps identified during evaluation of these farmers
  • Internal audits report and closure of all non-conformities identified
  • A full Quality Management System for farmer groups.
  • Sample Water and Soil for Analysis
  • Implement a documentation System and Procedures necessary for attainment of Global GA
Qualification of the Consultant.
Ideal candidates for the assignment should possess the following attributes;
  • A Bachelor’s degree in agriculture, Crop Protection, Agriculture Education and Extension, agronomy, environmental science or related and relevant field.
  • Relevant professional training in Global GAP implementation from a recognized institution is mandatory.
  • At least 5 years’ working experience Global GAP implementation especially in the small and medium scale farmers’ context.
  • Good knowledge in undertaking of Global GAP of processed tomatoes in the region
  • Demonstrated experience in having undertaken similar exercises elsewhere
  • Excellent interpersonal and adult training skills.
  • Excellent communication skills, including fluency in English & Kiswahili.
Read Also:
REQUIREMENTS TO THE PROPOSAL:
The proposal, is to be submitted in English, shall include:
· A technical proposal incorporating;
· A short description of deliverables, clear work plan (days and activities) with the proposed methodology and which shall include full justification for implementation approach to be used;
· A detailed CV including experience relevant to this assignment;
· At least three referees for similar or related work done.
· A financial proposal indicating fees for the consultancy, including all costs to conduct this assignment (this should indicate man-days and fees including VAT).

APPLICATION

Documents to be submitted
The following documents shall be submitted;

· Technical proposal including detailed breakdown on how your proposal meets TAHA requirements, methodology on how you will approach the work, a proposed work plan, team structure of the team to execute the project (If applicable), CVs for each team member and experience in development risk analysis reports for similar organizations including reference letters from clients.
· Financial proposal basing on the above TORs with costs breakdown and not a lump sum amount.

· The following mandatory commercial documents;

o Certificate of Incorporation (If any)
o Business License (If any)
o TIN Certificate
o VAT Registration Certificate if registered.
o Evidence of provision of TRA Fiscal receipt for payments received from TAHA.

SUBMISSION PROCEDURE
Bidders should submit protected soft copy of both Technical and Financial proposal and ensure the last page is printed, signed and scanned, by 5:00 PM (EAT) on 15.06.2020 referring the above RFP number, with the subject line “CONSULTANCY TO FACILITATE STANDARDS CERTIFICATION TRAININGS” via email address procurement@taha.or.tz addressing;

Chief Executive Officer,
Tanzania Horticultural Association (TAHA),
Kanisa Road, House No. 49,
P.O Box 16520,
Arusha, Tanzania

Read Also:

Proposals received after this time will not be accepted for consideration. By submitting a proposal, each bidder represents that:
· The proposal is based upon an understanding of the specifications and requirements described in this RFP.
· The costs for developing and delivering responses to this RFP and any subsequent presentations of the proposal as requested by TAHA are entirely the responsibility of the bidder. TAHA is not liable for any expense incurred by the bidder in the preparation and presentation of their proposal.
· All materials submitted in response to this RFP become the property of TAHA and are to be appended to any formal documentation, which would further define or expand any contractual relationship between TAHA and the bidder resulting from this RFP process.
· The information regarding TAHA included in the RFP is confidential and the bidder may not divulge or disclose to any third party in any form or manner whatsoever, either directly or indirectly, any Confidential Information without the prior written consent of the TAHA

Late Submissions
Regardless of cause, late submissions will not be accepted and will automatically be disqualified from further consideration. It shall be the bidder’s sole risk to assure submission by the designated time.

Withdrawing Proposals

Proposals may not be withdrawn for a period of 30 days after the proposal due date. Proposals may be withdrawn prior to the proposal due date, provided that such requests are in writing.

Rights Reserved

While TAHA has every intention to award a contract as a result of this RFP, issuance of this RFP in no way constitutes a commitment by TAHA to award a contract. Upon a determination such actions would be in its best interests, TAHA in its sole discretion reserves the right to:
· cancel or terminate this RFP;
· reject any or all proposals received in response to this RFP;
· waive any undesirable, inconsequential, or inconsistent provisions of this document, which would not have significant impact on any proposals;

RFP Response Format
In order to facilitate the analysis of responses to this RFP, bidders are required to prepare their proposals in accordance with the instructions outlined in this section. Bidders whose proposals deviate from these instructions may be considered non-responsive and may be disqualified at the discretion of TAHA.
Read Also:

Proposals should be prepared as simply as possible and provide a straightforward, concise description of the bidder’s capabilities to satisfy the requirements of the RFP. Emphasis should be on accuracy, completeness, and clarity of content. All parts, pages, figures, and tables should be numbered and clearly labeled.

Evaluation Procedure

All responsive proposals will be evaluated based on stated evaluation criteria. TAHA evaluation committee will separate proposals into “responsive” and “non-responsive” proposals. To be considered responsive, the bidder must meet the requirements outlined in Section 2.1 and Section 2.2 in the instructions to bidder. Non-responsive proposals will be eliminated from further consideration. The procurement committee will then evaluate the remaining proposals and rank them to establish the highest score. Discussions and negotiations may take place with the short list of bidders to obtain a best and final offer. The award will be based upon the proposal that is determined to be in the most competitive.

Evaluation Criteria Technical Evaluation
The technical proposal will be given a technical score. The proposal shall be rejected at this stage if it does not achieve the minimum technical score stipulated. Responses to this RFP will be evaluated according to the following criteria:
· Technical Proposal = 60%
· Financial Proposal = 40%

Points may be subtracted for non-compliance with specified format requests. TAHA may also choose to not evaluate, may deem non-responsive, and/or may disqualify from further consideration any proposals that do not follow this RFP format, are difficult to understand, are difficult to read, or are missing any requested information.

Award of Contract
Once the proposals are opened, a committee selected by TAHA will evaluate each proposal, taking into consideration the criteria and methodology stipulated in this RFP. TAHA will be the sole judge in evaluation considerations and may make an award to the bidders(s) who submits the proposal judged by TAHA to be in its best interest. A recommendation as to which system best meets the interests of TAHA (as determined by the evaluation committee) will be presented to TAHA management. The award will only be to responsible bidders(s) qualified by experience to perform the services specified herein.

Any effort by bidders to influence TAHA in the examination, evaluation, and recommendation for award of contract may result in the rejection of the bidders’ proposal.
Read Also:

Other Requirements
· In the event that multiple firm’s partner to submit a joint proposal, the proposal must identify one firm as the primary contact. This primary contact will be the primary point of contact throughout the procurement process and will be held responsible for the overall implementation of all partners included in the joint proposal.
· Implementation pricing must be submitted on a “milestone” basis. Bidders are to provide all work effort and assumptions used to calculate a fixed fee for each milestone.
· All firms submitting proposals are encouraged to submit the most competitive proposal possible as the failure to do so may lead to elimination.
· This RFP, its general provisions, and the terms and conditions shall be incorporated in any agreement resulting from this solicitation, and the RFP and its terms and conditions, plus attachments shall control unless the Agreement expressly provides otherwise.
All proposals shall be valid for a minimum of 30 days.

JIUNGE NA TELEGRAM CHANNEL YETU HAPA