request for proposals · constraints are reflected at a macro level in trinidad and tobago’s...
TRANSCRIPT
REQUEST FOR PROPOSALS
Title of Consulting Services:
Licensing Model - Bridging the Gap to Commercial Application of Innovation
Licensing Framework and Valuation Model
Letter of Invitation
Request for Proposals: Licensing Model - Bridging the Gap to Commercial Application
of Innovation
The Caribbean Industrial Research Institute (CARIRI) wishes to contract the services of a
Consultant to develop a model for the licensing or sale of products or services developed
within the framework of its Idea Advisory Service (IAS); which is currently the focus of a
collaborative project involving CARIRI and the Inter-American Development Bank (IDB
LAB) titled “Bridging the Gap to Commercial Application of Innovation”. Under this project,
the IAS is being developed and strengthened with financial support from IDB LAB.
In this regard, CARIRI hereby requests proposals for the provision of services for the
consulting assignment: Development of a Model for the Licensing or Sale of
Products/Services.
Details on the services required are provided in the Terms of Reference (Appendix I).
A Consultant will be selected under the Quality Cost Based Selection (QCBS) method, in
accordance with the policies of the IDB LAB detailed in the Policies for the Selection and
Contracting of Consultants financed by the Inter-American Development Bank (GN-2350-
15) which can be found at the following website: http://www.iadb.org/procurement.
This Request for Proposals (RFP) includes the following documents:
• Letter of Invitation
• Instructions to Consultants
• Appendix I - Terms of Reference
• Appendix II - Evaluation Criteria
• Appendix III - Vendor Registration Form
INSTRUCTIONS TO CONSULTANTS
GENERAL INFORMATION
Submission Requirements
The Consultant must provide the following:
1. One (1) original Technical Proposal marked “original”. The Technical proposal should
outline how the Consultant will achieve the objectives of the consultancy and perform
the activities outlined in the Terms of Reference (Appendix I).
2. One (1) separate original Cost Proposal detailing the Consultant’s fee and the inputs to
those costs marked “original”.
3. One (1) completed Vendor Registration Form (Appendix III).
The original Technical Proposal together with the Vendor Registration Form (Appendix III)
should be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL”.
Similarly, the original Price Proposal should be placed in a sealed envelope clearly marked
“PRICE PROPOSAL” followed by the name of the consulting assignment, and with a
warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL”.
The envelopes containing the Technical Proposal, Vendor Registration Form (Appendix III)
and Price Proposal should be placed into an outer envelope and sealed. This outer envelope
should bear the submission address and consultancy title. Proposals must be submitted no
later than 4:00pm, April 9th, 2020 and should be addressed to:
Chairman
Tenders Committee
Caribbean Industrial Research Institute (CARIRI)
UWI Campus
ST AUGUSTINE.
Failure to keep the Price Proposal separate from the Technical Proposals will disqualify
the bid.
Tender Validity Period: Proposals must remain valid up to 60 days after the submission date,
i.e. until: June 8th, 2020.
Queries: Consultants may request clarification of the RFP no later than 5 days before the
submission date. Any request for clarification must be sent in writing, or by standard
electronic means to:
Mr Reyad Ali
Procurement Officer
CARIRI
UWI Campus
St Augustine
Tel: 1-(868)-299-0210 ext. 5061
Fax: 1-(868)-662-7177
Email: [email protected]
Expected Commencement Date
The expected date for commencement of consulting services is May 11th, 2020.
PREPARATION OF PROPOSALS
Technical Proposal
Consultants are required to submit a Full Technical Proposal written in English. The
Technical Proposal should provide the following information:
• A brief description of the Consultant’s organization and an outline of recent
experience of the Consultant.
• Comments and suggestions on the Terms of Reference including workable suggestions
that could improve the quality/effectiveness of the assignment.
• A description of the approach, methodology and work plan for performing the
assignment. The technical approach and methodology, work plan, and organization
and staffing should be addressed as follows:
a) Technical Approach and Methodology. Explain your understanding of the
objectives of the assignment, approach to the services, methodology for
carrying out the activities and obtaining the expected output.
b) Work Plan. Propose the main activities of the assignment, their content and
duration, phasing and interrelations, milestones (including interim approvals by
CARIRI), and dates for delivery. The proposed work plan should be consistent
with the technical approach and methodology, showing understanding of the
TOR and ability to translate them into a feasible working plan. A list of the
final deliverables, including documents, reports and tables to be delivered as
final output, should be included here.
c) Organization and Staffing. Propose the structure and composition of your team.
List the main disciplines of the assignment, the key expert responsible, and
proposed technical and support staff.
• CVs of the Professional staff signed by the staff themselves or by the authorized
representative of the Professional Staff.
• Two (2) references for similar consultancies provided within the past ten (10) years.
Price Proposal
The Price Proposal should list all costs associated with the assignment, including (a)
remuneration for staff and (b) expenses. Consultants should express the price of their services
in Trinidad & Tobago Dollars (TT$).
EVAUATION OF PROPOSALS
A Consultant will be selected under the Quality Cost Based Selection (QCBS) process, in
accordance with the policies of the IDB LAB as detailed in the Policies for the Selection and
Contracting of Consultants financed by the Inter-American Development Bank (GN-2350-4)
(http://www.iadb.org/procurement).
Technical Proposals will be evaluated on the basis of their responsiveness to the Terms of
Reference (TOR), applying the evaluation criteria, sub-criteria, and point system specified in
the Evaluation Criteria (Appendix II). Each responsive Proposal will be given a technical
score. A Technical Proposal will be rejected if it fails to achieve the minimum technical
score indicated in the Evaluation Criteria and in such a case, the Price Proposal will be
returned to the Consultant unopened.
After the technical evaluation is completed, CARIRI will notify Consultants that have
secured the minimum qualifying mark or higher, of the date, time and location for opening
the Price Proposals. Consultants’ attendance at the opening of Price Proposals is optional.
Proposals that exceed the indicated budget shall be rejected. The Consultant that has
submitted the highest ranked technical proposal shall be selected and invited to negotiate a
contract with CARIRI.
ELIGILIBITY
Shortlisted Consultants may associate with other shortlisted Consultants.
If a shortlisted Consultant intends to associate with Consultants who have not been shortlisted
and/or individual expert(s), these other Consultants and/or individual expert(s) must be from
the following member countries of the IDB LAB:
Argentina, Bahamas, Barbados, Belize, Bolivia, Brazil, Canada, Chile, China, Colombia,
Costa Rica, Dominican Republic, Ecuador, El Salvador, France, Guatemala, Guyana, Haiti,
Honduras, Italy, Jamaica, Japan, Korea, Mexico, Netherlands, Nicaragua, Panama, Paraguay,
Peru, Portugal, Spain, Suriname, Sweden, Switzerland, United Kingdom, United States,
Uruguay and Venezuela.
APPENDIX I - Terms of Reference
for
Development of a Model for the Licensing/Sale of Products or Services
“BRIDGING THE GAP TO COMMERCIAL APPLICATION OF INNOVATION”
ATM/ME-16607-TT
The Caribbean Industrial Research Institute (CARIRI) is Trinidad and Tobago’s primary
agency with responsibility for developing the country’s technological base. The
organization is widely recognized as a trusted provider of value added
technical/technological services and business solutions to industries and firms in the
region. Originally established to deliver technical, quality and metrology services to
private firms, CARIRI has evolved over the years into a provider of a wide range of
services, encompassing analytical and engineering, as well as associated
consultancy; training; and innovation facilitation and entrepreneurship
development. The latter is provided via the Institute’s Centre for Enterprise
Development (CED) which was established to facilitate research, development and
innovation capacity building in Trinidad and Tobago.
CARIRI is seeking to contract an experienced and capable Consultant to develop a
model for the licensing and/or sale of products or services developed under its Idea
Advisory Services (IAS) Programme.
1.0 Background
It is widely accepted that innovation and business sophistication are key
drivers of diversification and competitiveness in any economy. However, the
creation of an innovation, knowledge-driven economy demands that critical
gaps in the innovation eco-system, which constitute hindrances to the
achievement of the desired developmental outcomes, be addressed. These
constraints are reflected at a macro level in Trinidad and Tobago’s ranking of
87 out of 141 countries under Pillar 12: Innovation Capability, in the World
Economic Forum (WEF) 2019 Report, despite the country’s categorization as
an innovation driven economy.
Among the identified pertinent shortcomings in Trinidad and Tobago are the
following: (1) Inadequate level of knowledge and experience in the area of
Technology Transfer/Commercialization; (2) Bias of existing support systems
towards firm creation reflecting a tendency to equate innovation with
entrepreneurship; (3) Limited awareness of the importance and general
underutilization, of Intellectual Property Rights (IPR) as a tool in the economic
development process; and (4) Underdevelopment of capital markets, in
particular, avenues for financing research and development and business
start-ups.
These gaps have also been identified as factors contributing to low levels of
investment by SMEs in Trinidad and Tobago relative to the region. In addition,
a recent (2016) IDB LAB study characterizes a significant segment of
established firms in the private sector of Trinidad and Tobago, as mature
and/or declining. These entities require innovations to reinvent themselves,
but the human, financial and technical resources, and the innate capacity to
innovate, may be lacking in enterprises in the late stage life cycle. To stay
competitive, one option is to leverage technology transfer from universities
and other inventors, via outright acquisition or licencing of innovations for
commercialization. Another is to accelerate innovation processes with
dedicated technical support, but Trinidad and Tobago currently lacks
programs and institutions that can facilitate such investment.
Given the foregoing, CARIRI, with the assistance of the IDB LAB, has
embarked on a 3-year project which aims to address the relative lack of
innovation demonstrated by individuals and firms in Trinidad and Tobago.
The objective of the Project is to build capacity for Innovation on a national
scale by facilitating both individuals and enterprises in progressing
creative/innovative ideas, inventions and projects to implementation. The
Project aims to harness and transform the creativity that is rampant in the
country into commercial endeavour that is capable of widespread
employment creation and income generation, as well as foreign exchange
earnings.
The Project is centered around CARIR’s IAS which is adapted from the Danish
Technological Institute’s (DTI’s) Inventor Advisory Service (IAS) and is intended
to facilitate screening and development of innovative ideas to the
commercialization stage, via either start up or licensing.
The Project has three (3) main components, viz:
1. Awareness Raising and Stakeholder Outreach; which is expected to
increase the pipeline of individual, dynamic microenterprise and SME
applicants to the IAS Programme and to sensitize larger firms on the
model for acquisition of innovations;
2. Adaptation and Delivery of the IAS Programme; which entail the full
adaptation of the DTI model to the local business environment and
context, and implementation of all of the elements of the Programme,
from ideation to commercialization.
3. Scaling of the IAS Model; the objective of which is to support horizontal
scaling of the IAS Model by building CARIRI’s capacity to sustain and
scale programme delivery and to promote the replication of the IAS
Programme in other jurisdictions in the Caribbean region.
CARIRI is now engaged in the execution of both the first and second
components of the project, having already conducted several stakeholder
outreach and awareness building sessions, as well as ideation sessions
resulting in the registration of several individuals and SMEs in the Project.
2.0 Objectives
The objective of the consultancy is to develop a model for the licensing or
sale of products or services created under the IAS Programme. It also includes
the training of IAS staff in the implementation of the model.
Specifically, the Consultant will design and develop a methodology for the
procurement and negotiation of agreements between participants of the IAS
Programme who have developed products or services under the Programme
and individuals or companies interested in the licensing of these
products/services. A significant aspect of this methodology will be the
development of a process for the valuation of patents for goods/services.
Additionally, the Consultant will work with members of the Project Team to
develop contract templates for the licensing of goods and services
developed under the IAS Programme. Such contract templates must include
scope of the agreement, contract terms, limits and restrictions, financial
arrangements and rights of parties including intellectual property rights.
Finally, given the importance of the transfer of the approach and requisite
know-how to CARIRI’s IAS Team in building capacity within the unit, in
addition to training on the model, the Consultant will lead the IAS Team in the
execution of one (1) licensing agreement for a product/service developed
under the Programme.
3.0 Scope of Works
The Scope of Works for the consultancy encompasses the following:
▪ Development of a methodology for the procurement and negotiation
of agreements between IAS Programme participants and potential
licensees, for products/services developed within the Programme. The
methodology will include the process for the determination of the
value of the IP, if applicable, of the product or service in question and
will also detail the process to be followed for securing a potential
licensee and negotiation of a license agreement. The agreement will
include, but should not be confined to, the following:
1. Scope of the agreement including exclusivity, territorial rights
and guarantees of sales;
2. Financial Arrangements governing the deal;
3. Timeframe of the agreement along with options for renewal or
modification;
4. Quality control, assurance and protection including
specification regarding the quality of products produced under
the agreement as well as performance standard in terms of
level of investment in product or technology;
5. Scaling terms dependent on level of manufacture/use of
product;
6. Insurance and indemnification against claims or liabilities; and
7. Accounting, reports and audit requirements.
▪ Development of Licensing Agreement Templates to cover the various
categories of products and services developed under the IAS
Programme. Each template must contain all the elements necessary
for ensuring a comprehensive and robust licensing contract.
▪ The Consultant will be required to develop a training programme for
the IAS Project Team in the execution of the methodology for securing
a potential licensee and negotiation of a license agreement.
Subsequent to internal training and based on the availability of a
suitable candidate, the Consultant will be required to lead the team
through the actual execution of the Licensing Agreement
Methodology, with the result being the conclusion of a licensing
agreement for one (1) participant from within the IAS Programme.
4.0 Deliverables
The deliverables of the consultancy are as follows:
1. A Licensing Agreement Procurement and Negotiation Methodology;
2. Licensing Templates for the major categories of products and/or
services developed under the IAS Programme;
3. Development and execution of a Training Programme for the IAS Team
on the Licensing Agreement Procurement and Negotiation
Methodology; and
4. Facilitation of the conclusion of one (1) License Agreement,
depending on the availability of a suitable candidate.
5.0 Reporting Requirements
The Consultant will work in close collaboration with the Project Co-ordinator
and the Project Chief. The Consultant will report to the Project Chief.
The Consultant will submit the draft and final deliverables to CARIRI on dates
to be agreed between the two parties at the inception meeting and will be
required to address any pertinent comments/feedback prior to submission of
the final outputs.
6.0 Selection Process
The Consultant will be selected in accordance with the procedures set out in
the IDB LAB’s Policies for the Selection and Contracting of Consultants
financed by the IDB Lab.
7.0 Qualifications and Experience
The Consultant must:
• Possess relevant technical qualifications and have at least 10 years
relevant experience in the provision of similar services;
• Have demonstrated experience in the development of business
models in similar environments including tried and tested
methodologies for the undertaking of the assignment;
• Be able to work as part of a Team; and
• Have effective presentation, writing and communication skills.
8.0 Duration of Assignment
The Consultant will be contracted for a period not exceeding thirty (30)
contact days, commencing after signing of the Contract.
APPENDIX II - EVALUATION CRITERIA
Technical Proposals will be evaluated on the following criteria:-
Criteria Max Score
(i) Specific experience of the Lead Consultant relevant to the assignment:
a. Technology Transfer Modalities, with particular focus on Technology
Brokerage, Valuation, Licensing and IPR
b. Working with Inventors, Entrepreneurs and SMEs
Total Points for criterion (i)
30
15
45
(ii) Adequacy of the proposed methodology and work plan in responding to the
Terms of Reference:
a) Technical approach and methodology
b) Work Plan
Total Points for criterion (ii)
15
15
30
(iii) Key professional staff qualifications and competence for
the assignment:
a) Team Leader General Qualifications
b) Relevance of technical experience for the assignment
c) Experience working with Inventors, Entrepreneurs and SMEs
Other Consultants
d) General Qualifications
e) Relevance of technical experience for the assignment
f) Experience working with Inventors, Entrepreneurs and SMEs
Total Points for criterion (iii)
5
5
5
3
5
2
25
TOTAL Points for the three criteria: 100
The minimum technical score required to pass is: 70 Points
APPENDIX III – VENDOR REGISTRATION FORM
VENDOR REGISTRATION FORM DOCUMENT#
PROC.F.04
Issue/ Rev#:1/01 Issue Date: May 4th
2018 Page 1 of 5
CARIRI reserves the right to request a Second Party (Supplier/Vendor) Audit of your facilities.
(Please read the attached document before completing this form – Forward completed form to
Procurement Department.)
SECTION A- General Information
1. Business Name : _________________________________________________________________
2. Business Address: ___________________________________________________________________
3. Mailing Address: ___________________________________________________________________
4. Telephone Number(s): _____________________ Facsimile Number: _____________________
5. Type of Business:
Sole Trader Partnership Limited Liability Company Commission Agent
Other: (Specify) ______________________________________________________
6. Age of Business: _____________ year(s)
7. Is your business part of or associated with a group of companies? Yes No
If Yes, state: _____________________________________________________________________
8. Manpower Size and Composition of Company
1 -10 11 – 30 31 – 70 70 – 100 100 & Over
9. Are you registered for VAT in Trinidad & Tobago? Yes No
10. Please provide valid copies of the following documents, where applicable:
Articles of Incorporation
Certificate of Incorporation
Notice of Directors
Notice of Address
Notice of Secretary
Annual Return of Directors
VAT Registration Certificate
Tax Clearance Certificate
VAT Clearance Certificate
National Insurance Compliance Certificate
Tunapuna Post Office Trinidad and Tobago Telephone: (868) 299-0210 Telefax: (868) 662-7177 E-mail: [email protected]
VENDOR REGISTRATION FORM DOCUMENT#
PROC.F.04
Issue/ Rev#:1/01 Issue Date: May 4th
2018 Page 2 of 5
11. Has your company provided goods or services to CARIRI in the past? Yes No
If yes, give brief description of goods provided.
________________________________________________________________________________
________________________________________________________________________________
12. Does your company have a Quality Management System in place? Yes No
If yes, please specify the Standard to which it conforms ___________________________________
If certified, please attach a copy of the latest certificate as appropriate.
13. List of major Clients and Equipment supplied.
__________________________________________________________________________________
__________________________________________________________________________________
Attach additional information as appropriate.
14. Please provide two Client references (within the last 2 years):_____________________________________
__________________________________________________________________________________
15. Does your company have any court matters, notices or fines arising from health, safety or environmental
matters? Yes No
If yes, please attach a brief summary of matters arising for the past 2 years.
16. Authorised Signatures on Contracts:
Name (block letters) Sample Signatures
___________________________ ___________________________________
___________________________ ___________________________________
___________________________ ___________________________________
Please provide any other relevant information:
____________________________________________________________________
____________________________________________________________________
____________________________________________________________________
VENDOR REGISTRATION FORM DOCUMENT#
PROC.F.04
Issue/ Rev#:1/01 Issue Date: May 1st, 2018 Page 3 of 5
SECTION B- HSE Requirements
Instructions:
Contractors with less than 26 employees are required to complete Part 1.
Contractors with 26 or more employees or more are required to complete Part 2.
If your organisation is certified to the STOW Program, you are exempted from completing this Section. Please submit a
copy of the valid certificate.
Part 1: For Vendors with less than 26 employees
1 Do the employees in your company have any HSE
Training?
Yes No
If yes, give a summary of the HSE Training Received
2 Has your company had any work related incidents?
(If yes, attach a summary of your company’s incidents
for the last year)
Yes No
3 Do any of your employees have any previous or persisting health issues that may affect work conducted for
or on behalf of CARIRI? If yes, please state who and what these health issues are.
4 Do your workers/ company have the required
certifications and/or license in the relevant fields?
If “Yes” attach a copy of the relevant certificates and /
or licences.
Yes No
VENDOR REGISTRATION FORM DOCUMENT#
PROC.F.04
Issue/ Rev#:1/01 Issue Date: May 1st, 2018 Page 4 of 5
Part 2: For Vendors with 26 or more employees.
1 Does your company have an HSE Policy Statement?
If yes please attach a copy.
Yes No
2 Is there a person in your company that is responsible
for HSE Management functions?
Yes No
Please state the name and details for this person:
Name: _________________________________________________________
Position in Company: _________________________________________________________
Contact Number: _________________________________________________________
Email Address: ________________________________________________________
3 Does your organisation have a new hire orientation
program?
Yes No
If yes, provide a summary of the information/topics covered in this program.
4 Is there a system in place for developing Safe Systems
of Work? (E.g. JSA, Toolbox, Risk Assessments etc.)
If yes, please provide a sample.
Yes No
5 Do your workers/ company have the required
certifications and/or license in the relevant fields?
If “Yes” attach a copy of the relevant certificates and /
or licences.
Yes No
6 Does the company have a written procedure for
reporting Incidents and Accidents? If yes, Please
attach a copy of procedure.
Yes No
7 Has your company had any work related incidents?
(If yes, attach a summary of your company’s incidents
for the last year)
Yes No
8 How often are your equipment and vehicles checked to ensure proper and safe working conditions are
maintained?
9 Does your Company conduct Safety Inspections? If
yes, who conducts these inspections?
Please attach a sample copy of inspection checklist?
Yes No
10 How often are these Safety Inspections conducted? Weekly Monthly
Quaterly Once per Project
Other
11 Do you have a Substance Abuse Policy/Program in
place? If yes, please attach a copy.
Yes No
VENDOR REGISTRATION FORM DOCUMENT#
PROC.F.04
Issue/ Rev#:1/01 Issue Date: May 1st, 2018 Page 5 of 5
Declaration: I hereby confirm that the information provided in this Vendor Registration Form is true and correct.
NAME _____________________________
(BLOCK LETTERS)
SIGNATURE: _____________________________
DESIGNATION: ______________________________
COMPANY STAMP: _____________________________
DATE: _____________________________