RFP; Develop, design and refine open-source rangeland monitoring tool for Africa Rangeland Watch (ARW)

RFP; Develop, design and refine open-source rangeland monitoring tool for Africa Rangeland Watch (ARW)

RFP; Develop, design and refine open-source rangeland monitoring tool for Africa Rangeland Watch (ARW)

  • Location

    South Africa

  • Industry

    Call for proposals
  • Date Posted

    2 weeks ago

  • Apply Before

    23 May, 2024

REQUEST FOR PROPOSALS



Title: Develop, design and refine open-source rangeland monitoring tool for Africa Rangeland Watch (ARW)

RFP No: ARW2024

Date of Issuance: 30 APRIL 2024

  1. Background 

Conservation South Africa (CSA), as a local affiliate of Conservation International (CI), is committed to helping societies adopt a more sustainable approach to development, one that considers and values nature at every turn and improves human well-being through the conservation of healthy ecosystems and the goods and services they provide. 


A large part of the global CI portfolio focusses on native ecosystem restoration in Africa and involves implementing restoration activities that protect, manage and restore nature in a way that places people at the center of land-use decisions. To be confident in our approach to implementation and to prove successful impact of ecosystem restoration activities at scale, the need to be systematic in the way we monitor and evaluate restorative practices is imperative.

  1. Project Overview 

Africa Rangeland Watch (ARW) was designed and developed by Conservation International (CI) and is aimed at monitoring rangeland impact. ARW empowers users to quantify land-use and climate impacts on rangelands over time and space, based on remotely sensed satellite imagery supplemented by ground-based rangeland monitoring. Leveraging earth observation technology for tracking conservation impact and improving planning has improved decision making and informed adaptive land-use management. We aim to further develop the web-based tool by enhancing overall user interface to ensure improved user experience and scale tool functionality to Sub-Saharan Africa. Specifications for ARW development are outlined in the Product Requirements Document (PRD).

The project design and developmental scope will focus on aspects of web development and improving the ARW code framework. The current version of the tool has several capabilities that can be refined to be more inclusive of temporal and spatial dynamics that define rangeland impact at scale. Indicators and temporal data of this nature prove to be important when evaluating not only the success or impact of restoration activities at scale, but also the potential for adaptive management across various use cases. Ideally, we want more users across the African continent to apply their use cases to the tool and inherently increase the user experience and relevancy of ARW.

  1. Terms of Reference, Deliverables and Schedule 

This RFP calls for the development of an open-source web-based tool to monitor rangeland impact. Detailed guidelines for developmental scope can be found in Attachment 2. There are 3 main features that development will be centered around, these are outlined below: 

Feature 1: User interface, user experience and report generation

  1. have a clean user-friendly interface for users to interact with, providing clear instructions on the steps needed to produce baseline, spatial and temporal analysis,

  2. have improved and streamlined methods of analysis across baseline averages, temporal, spatial analysis and near-real time,

  3. be capable of producing concise report analysis outputs and results dashboards, as well as a side-by-side comparative graphics across indicators,

Feature 2: Tool functionality and data integration 

  1. have an efficient Google Earth Engine (GEE) code to run the analysis and processing of remotely sensed data, but host the database and tool front-end on an independent cloud platform.

  2. integrate relevant satellite imagery products and indicators from collaborators,

  3. integrate and include user profiles to allow for ground-based data to interact with remotely sensed imagery,

Feature 3: User guidance and best practices for tool application

  1. provide basic support to users via a user guidance document explaining analysis methods and best practices for application,

  2. run optimally and not be slow or sluggish in the user interface or producing report outputs and comparisons.

 

Deliverable

Requirements

Due Date

1: Feature 1

  • Feature 1 fully implemented and functional

August 30, 2024

2: Feature 2

  • Feature 2 fully implemented and functional

December 30, 2024

3: Feature 3

  • Feature 3 fully implemented and functional

March 30, 2025

4: Maintenance and ongoing support

  • Respond to minor bug fixes on an as-needed basis

June 30, 2025

  1. Submission Details 

    1. Deadline. Proposals must be received no later than 31st May 2024 SAST. Late submissions will not be accepted. Proposals must be submitted via email to csaprocurement@conservation.org. All proposals are to be submitted following the guidelines listed in this RFP. 

    2. Validity of bid. 120 days from the submission deadline

    3. Clarifications or questions may be submitted toprajah@conservation.org no later than 20 May 2024 SAST The subject of the email must contain the RFP number and title of the RFP. CSA will respond in writing to submitted clarifications by the date specified in the timeline below. Responses to questions that may be of common interest to all bidders will be posted to the CSA website and/or communicated via email.

    4. Amendments. At any time prior to the deadline for submission of proposals, CSA may, for any reason, modify the RFP documents by amendment which will be posted to the CSA website and/or communicated via email.

  2. Minimum Requirements 

    1. Previous experience in web development of interactive spatial analysis tools (portfolio of previous apps and web development is welcome).

    2. Experience in working with cloud based databases such as google earth engine, PostGIS etc

    3. A deep knowledge and understanding of coding and back-end web development using Javascript, Python and Google Earth Engine coding environments.

    4. Knowledge and experience of hosting front-end web applications that draws on the Google Earth Engine platform and coding environment.

    5. Experience with integration of web-based tools and mobile data collection applications such as Earth Ranger, Quick Capture, SMART, CyberTracker etc.   

  3. Proposal Documents to Include

    1. Signed cover page on bidder’s letterhead with the bidder’s contact information.

    2. Signed Representation of Transparency, Integrity, Environmental and Social Responsibility (Attachment 1)

    3. Technical Proposal:

      1. Corporate Capabilities, Experience, Past Performance, and 3 client references. Please include descriptions of similar projects or assignments and at least three client references.

      2. Qualifications of Key Personnel. Please attach CVs that demonstrate how the team proposed meets the minimum requirements listed in section 5 (Minimum Requirements)

      3. Technical Approach, Methodology and Detailed Work Plan. The Technical Proposal should describe in detail how the bidder intends to carry out the requirements described in the Terms of Reference (Attachment 2).

    4. Financial Proposal:

      1. Applicants must submit an activity-based budget in a functioning Microsoft Excel file and a brief companion narrative. Budgets should be aligned to the deliverables. Worksheets should show unit costs, total units, and level of effort for each section of the scope of work.

    5. Company registration documents

    6. B-BBEE Certificate/ affidavit

    7. Valid Tax Clearance Certificate

  4. Evaluation Criteria In evaluating proposals, CSA will seek the best value for money considering the merits of the technical and costs proposals. Proposals will be evaluated using the following criteria:

Proposals will be evaluated ONLY against the Evaluation Criteria in the RFP (no other evaluation criteria may be considered for selection).

 

Evaluation Criteria

Score (out of 100)

Is the proposed approach and methodology appropriate to the assignment and practical in the prevailing project circumstances?

40%/ Max points

Is the presentation clear and is the sequence of activities and the planning logical, realistic and promise efficient implementation to the project?

15%/ Max points

Does the bidder’s past performance demonstrate recent proven experience doing similar work? 

10%/ Max points

Does the bidder and the proposed personnel have the specific technical expertise for the assignment?

10%/ Max points

Cost: Costs proposed are reasonable and realistic, reflect a solid understanding of the assignment.

15%/ Max points

Compliance documents ; B-BBEE Certifcate/affidavit and Tax Clearance provided?

10

  1. Proposal Timeline

RFP Issued

30 April 2024

Clarifications submitted to CSA

20 May 2024

Clarifications provided to known bidders

25 May 2024

Complete proposals due to CSA

31 May 2024

Final selection

15 June 2024


  1. Resulting Award CSA anticipates entering into an agreement with the selected bidder by15 June 2024Any resulting agreement will be subject to the terms and conditions of CSA’s Services Agreement. A model form of agreement can be provided upon request.

This RFP does not obligate CSA to execute a contract, nor does it commit CSA to pay any costs incurred in the preparation or submission of the proposals. Furthermore, CSA reserves the right to reject any and all offers, if such action is considered to be in the best interest of CSA. CSA will, in its sole discretion, select the winning proposal and is not obligated to share individual evaluation results.

  1. Confidentiality All proprietary information provided by the bidder shall be treated as confidential and will not be shared with potential or actual applicants during the solicitation process. This includes but is not limited to price quotations, cost proposals and technical proposals. CSA may, but is not obliged to, post procurement awards on its public website after the solicitation process has concluded, and the contract has been awarded. CSA’s evaluation results are confidential and applicant scoring will not be shared among bidders.

  2. Code of Ethics All Offerors are expected to exercise the highest standards of conduct in preparing, submitting and if selected, eventually carrying out the specified work in accordance with CI’s Code of Ethics. Conservation International’s reputation derives from our commitment to our values: Integrity, Respect, Courage, Optimism, Passion and Teamwork. CI’s Code of Ethics (the “Code”) provides guidance to CI employees, service providers, experts, interns, and volunteers in living CI’s core values, and outlines minimum standards for ethical conduct which all parties must adhere to. Any violation of the Code of Ethics, as well as concerns regarding the integrity of the procurement process and documents should be reported to CI via its Ethics Hotline at www.ci.ethicspoint.com

  3. Attachments:

Attachment 1: Representation of Transparency, Integrity, Environmental and Social Responsibility

Attachment 2: Terms of Reference 

Attachment 1: Representation of Transparency, Integrity, Environmental and Social Responsibility

RFP No. ARW2024

All Offerors are expected to exercise the highest standards of conduct in preparing, submitting and if selected, eventually carrying out the specified work in accordance with CI’s Code of Ethics. CI’s Code of Ethics provides guidance to CI employees, service providers, experts, interns, and volunteers in living CI’s core values, and outlines minimum standards for ethical conduct which all parties must adhere to. Any violations of the Code of Ethics should be reported to CI via its Ethics Hotline at www.ci.ethicspoint.com

CI relies on the personal integrity, good judgment and common sense of all third parties acting on behalf, or providing services to the organization, to deal with issues not expressly addressed by the Code or as noted below.

 

  1. With respect to CI’s Code of Ethics, we certify:

    1. We understand and accept that CI, its contractual partners, grantees and other parties with whom we work are expected to commit to the highest standards of Transparency, Fairness, and Integrity in procurement. 

  2. With respect to social and environmental standards, we certify:

    1. We are committed to high standards of ethics and integrity and compliance with all applicable laws across our operations, including prohibition of actions that facilitate trafficking in persons, child labor, forced labor, sexual abuse, exploitation or harassment. We respect internationally proclaimed human rights and take no action that contributes to the infringement of human rights. We protect those who are most vulnerable to infringements of their rights and the ecosystems that sustain them.

    2. We fully respect and enforce the environmental and social standards recognized by the international community, including the fundamental conventions of International Labour Organization (ILO) and international conventions for the protection of the environment, in line with the laws and regulations applicable to the country where the contract is to be performed. 

 

  1. With respect to our eligibility and professional conduct, we certify:

    1. We are not and none of our affiliates [members, employees, contractors, subcontractors, and consultants] are in a state of bankruptcy, liquidation, legal settlement, termination of activity, or guilty of grave professional misconduct as determined by a regulatory body responsible for licensing and/or regulating the offeror’s business

    2. We have not and will not engage in criminal or fraudulent acts. By a final judgment, we were not convicted in the last five years for offenses such as fraud or corruption, money laundering or professional misconduct. 

    3. We are/were not involved in writing or recommending the terms of reference for this solicitation document. 

    4. We have not engaged in any collusion or price fixing with other offerors.

    5. We have not made promises, offers, or grants, directly or indirectly to any CI employees involved in this procurement, or to any government official in relation to the contract to be performed, with the intention of unduly influencing a decision or receiving an improper advantage. 

    6. We have taken no action nor will we take any action to limit or restrict access of other companies, organizations or individuals to participate in the competitive bidding process launched by CI. 

    7. We have fulfilled our obligations relating to the payment of social security contributions or taxes in accordance with the legal provisions of the country where the contract is to be performed. 

    8. We have not provided, and will take all reasonable steps to ensure that we do not and will not knowingly provide, material support or resources to any individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitate, or participated in terrorist acts, and we are compliant with all applicable Counter-Terrorist Financing and Anti-Money Laundering laws (including  USA Patriot Act and U.S. Executive Order 13224).

    9. We certify that neither we nor our directors, officers, key employees or beneficial owners are included in any list of financial or economic sanctions, debarment or suspension adopted by the United States, United Nations, the European Union, the World Bank, or General Services Administration’s List of Parties Excluded from Federal Procurement or Non-procurement programs in accordance with E.O.s 12549 and 12689, “Debarment and Suspension”. 

Name: ________________

Signature: _______________

Title: ___________________

Date: ___________________

Explore More Ads from Conservation South Africa
Published: 2 weeks ago