W

Request for Proposal - Entrepreneurship Consultant - RFP\JOR\2025\652

World University Service of Canada
Full-time
On-site
Country: Jordan
Organization: World University Service of Canada
Closing date: 11 Dec 2025

You can download the soft copy of the TOR following this link on Google Drive: (Full copy):

[**https://drive.google.com/file/d/1lrLD2-nd78Iaq1iwrBuzkF_3m9aSgggj/view?usp=drive_link**](https://drive.google.com/file/d/1lrLD2-nd78Iaq1iwrBuzkF_3m9aSgggj/view?usp=drive_link**](https://drive.google.com/file/d/1lrLD2-nd78Iaq1iwrBuzkF_3m9aSgggj/view?usp=drive_link))

Or click HERE

***************************************************************

Advertisement – REQUEST FOR PROPOSAL

WUSC invites proposals for the following «Entrepreneurship Consultant » services:

«RFP\JOR\2025\652»

The closing date for receipt of proposals will be «11 December 2025» at«04:00 PM Amman Local time»

All submissions must be electronically submitted to Jordan procurement email address

«procurement.jo@wusc.ca»

For further information, contact WUSC through « procurement.jo@wusc.ca»

Contents

INSTRUCTION TO BIDDERS 2

1. Description of the Procurement 2

2. Eligibility and Qualification of Bidders 2

3. Language of the Proposal 2

4. Documents included in the Proposal 2

5. Clarification and Amendment 3

6. Modification and Withdrawal 4

7. Payment and Currency 4

8. Format, signing and submission of Proposals 4

9. Deadline for Submission of Bids 4

10. Bid Opening 4

11. Evaluation of Technical Proposals 4

12. Evaluation of Financial Proposals 5

13. Confidentiality 6

14. Notification of Award 6

15. Award of Contract 6

16. Signing of Contract and Performance Security 6

17. Settlement of Disputes 7

18. Compliances 7

Annex 1:Terms of Reference (TOR) 8

INSTRUCTION TO BIDDERS

  1. Description of the Procurement

WUSC intends to procure an Entrepreneurship Consultant as per the Terms of Reference attached in Annex 1.

  1. Eligibility and Qualification of Bidders

    1. In order to be awarded the contract, bidders should possess the financial, economic, technical, and professional capacity to perform the contract. Bidders should fulfill their tax and social insurance liabilities in the country and should not currently be subject to a debarment penalty.
    2. Bidders must adhere to the highest ethical standards, both throughout the bidding process and execution of the contract.
    3. WUSC has a zero tolerance for unethical behavior/corrupt practices, including:
    • Bribery: the act of unduly offering, giving, receiving or soliciting anything of value to influence the procurement process;
    • Extortion or coercion: the act of attempting to influence the process of procuring goods or services, or executing contracts by means of threats of injury to person, property or reputation;
    • Fraud: misrepresentation of information or facts for the purpose of influencing the procurement process;
    • Collusion: an agreement between bidders designed to result in bids at artificial prices that are not competitive;
    • Guilt of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or failing to supply this information;
    • Anti-terrorism: support of any terrorist or terrorist group as defined by donors;
    • Other civil, criminal acts or otherwise illegal activity which would be detrimental to the financial interests of WUSC
    1. WUSC may declare the consultancy firms, their boards of directors and/or individual personnel ineligible to register with the organization either indefinitely or for a stated period of time.
    2. WUSC will reject a proposal if it establishes that the bidder recommended for award has engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract.
    3. Freelance consultants are eligible for this RFP (Local bidders only – Located in Jordan)
  2. Language of the Proposal

The Proposal as well as all correspondence and documents related to the proposal shall be written in English Language.

  1. Documents included in the Proposal

The proposal will be prepared, submitted and evaluated in two parts as follows:

  1. Technical Proposal Format and Content

The Technical Proposal shall be prepared using the consultant/ firm’s format and shall comprise the documents listed**.** The Technical Proposal shall not include any financial information. A Technical Proposal containing material financial information shall be declared non-responsive.

Section 1 (In case of an open tender where the suppliers are not known to WUSC; the following documents should be requested) for eligibility and compliance check/evaluation

  • Covering letter on firms headed paper giving complete details including email addresses, telephone contacts, office location where applicable; not required for freelance bidders.
    • Copy of Certificate of incorporation/registration (Commercial registration) where applicable; not required for freelance bidders.
    • Valid Tax compliance certificate (where applicable)
    • Copy of Current Trading License (Vocational license) where applicable; not required for freelance bidders.

Failure to submit the documents requested in section 1 will lead to rejection of the proposal.

  1. Financial Proposal format and content

The Financial Proposal shall be prepared using the consultant/firm’s format and it shall list all costs associated with the assignment, including (a) remuneration for Key Experts and Non-Key Experts, (b) reimbursable expenses as follows:

  • Summary of Costs
    • Breakdown of Remuneration of the key experts proposed
    • Reimbursable expenses if any

4.2.1 The prices given in the financial proposal must include all taxes and duties in accordance with the laws of the country.

4.2.2 The price offered must remain fixed during the contract performance.

4.2.3 The bid price must be in the requested Currency, which is Jordanian Dinar (JOD).

  1. Clarification and Amendment

WUSC will, within 5 working days, respond in writing or electronic mail to any request for clarification received in writing or electronic mail no later than 7 days before expiry of the deadline for submission of the bid. The response will be distributed to all bidders without identifying the source of the request. All enquiries should be written to WUSC through (procurement.jo@wusc.ca).

  1. Modification and Withdrawal

    1. The bidder may submit a modified bid or a modification to any part of it at any time prior to the proposal submission deadline. The bidder’s withdrawal notice must be marked as “Modification”. No modifications to the bid shall be accepted after the deadline.
    2. The bidder may submit a bid withdrawal notice to any part of it at any time prior to the proposal submission deadline. The bidder’s withdrawal notice must be marked as “Withdrawal”. No withdrawals to the bid shall be accepted after the deadline.
  2. Payment and Currency

    1. Payment under the Contract shall be made in the currency or currencies in the bid which is (JOD)
    2. Payment will be made within 30 days upon submission of the invoice and satisfactory receipt of goods/services.
  3. Format, signing and submission of Proposals

    1. An authorized representative of the bidder shall sign the original submission letters in the required format as one original.
    2. The original Technical Proposal shall be clearly marked “TECHNICAL PROPOSAL” Title of the attachment.
    3. The original Financial Proposal shall be clearly marked “FINANCIAL PROPOSAL” Title of the attachment. (Note: Technical and financial proposals must be submitted in one email with separate attachments).
  4. Deadline for Submission of Bids

The proposal must be submitted through the email with the subject of "Entrepreneurship Consultant- RFP\JOR\2025\652” and must be received by WUSC by December 11, 2025, 04:00pm Amman local time. Bids received after this date will be rejected.

Proposals submitted must be valid for 90 days from the bid submission date.

  1. Bid Opening

    1. WUSC evaluation committee shall conduct the opening of the proposals immediately after the bid submission time.The opening date will be 14 December 2025.
    2. At the opening of the proposals, only the Technical proposal shall be opened while Financial Proposal shall remain at the procurement department and shall be securely stored. bids the following shall be read out: (i) the name and the country of the bidder (ii) any modifications to the bid submitted prior to proposal submission deadline, (iii) any other information deemed appropriate. This information will be filled in the bid opening form.
  2. Evaluation of Technical Proposals

    1. The evaluators of the Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded.
    2. The tender committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference and the RFP, applying the evaluation criteria, sub-criteria, and point system specified below. Each responsive Proposal will be given a technical score.

A Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP or if it fails to achieve the minimum technical score.

During evaluation of bids, WUSC may request the bidder, in writing, using mailing address or email address, to provide clarification of his bid. No change in price or substance of the bid shall be sought, offered or permitted.

Proposal Evaluation Criteria

Criteria, sub-criteria, and point system for the evaluation of the Technical Proposals:

Points

  1. Technical (which includes; Relevance of education and experience in conducting similar assignments and trainings, Experience in working with public institutions, Experience in curriculum development, vocational education and entrepreneurship (70 points)
  2. Financial Proposal (30 points)

Total points for the four criteria***:*** 100

The minimum technical score (St) required to pass is: 65

The minimum Overall score 70

  1. Evaluation of Financial Proposals

    1. The Financial Proposals of the bidders who attain the minimum technical scores are opened and the summary of cost prices read out and recorded in the bid opening form by the tender committee. All other Financial Proposals are returned unopened after the Contract negotiations are successfully concluded and the Contract is signed.
    2. Arithmetical errors will be rectified in the following manner. If there is a discrepancy between the unit price and the total price, obtained in multiplying the unit price by quantity, the unit price will prevail. If there is a discrepancy between the words and figures, the amount in words shall prevail. If the bidder disagrees with such his bid will be rejected.

Proposal Evaluation Criteria

The lowest evaluated Financial Proposal (Fm) is given the maximum financial score (Sf) of 100.

The formula for determining the financial scores (Sf) of all other Proposals is calculated as follows:

Sf = 100 x Fm/ F, in which “Sf” is the financial score, “Fm” is the lowest price, and “F” the price of the proposal under consideration.

[or replace with another inversely proportional formula acceptable to the WUSC]

The weights given to the Technical (T) and Financial (P) Proposals are:

T = [70], and

P = _______[30]

Proposals are ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial Proposal; T + P = 1) as following: S = St x T% + Sf x P%.

  1. Confidentiality

    1. No bidder will contact WUSC on any matter related to his bid except for requests related to clarifications of the bid. Information concerning procurement process and evaluation of bids is confidential. Any clarification related to the selection process shall be done only in writing.
    2. Any attempt by the bidder to influence improperly WUSC officials in the evaluation of the bid or Contract award decisions may result in the rejection of its bid, and may be subject to the application of prevailing WUSC’s debarment procedures.
  2. Notification of Award

    1. The Consultant with the Most Advantageous Proposal, which is the Proposal that achieves the highest combined technical and financial scores, will be notified of award of contract by WUSC in writing.
    2. At the same time WUSC notifies the successful bidder, WUSC will notify all other unsuccessful bidders and provide a debrief where one is sought in writing within 5 days.
    3. The notice of acceptance will be given by the successful bidder within 7 days of the notification of award.
  3. Award of Contract

    1. WUSC will award the contract to the bidder whose bid is determined to be substantially responsive and who offered the best evaluated bid.
    2. WUSC reserves the right to accept or reject any bid or all bids and to cancel the bidding process at any time prior to award of the contract without thereby incurring any liability to bidders without being required to inform the bidders of reasons for such actions.
  4. Signing of Contract and Performance Security

    1. WUSC will send the successful bidder the Contract. The bidder will sign and date the contract and return to WUSC within 14 days of receipt of the notice of award.
    2. Together with the signed Contract, the bidder will furnish WUSC with a Performance Security, if required to do so.
    3. If the successful bidder fails to submit the performance security, if required to do so, within 14 days, then it shall be sufficient grounds to revoke the award of the contract. In this case, WUSC will award the contract to the next bidder.
    4. A performance security may be required in cases where the supplier is given an advance payment. Performance Security must be in the form of a Bank Guarantee or a bond from an Insurance Company licensed by the Bank.
  5. Settlement of Disputes

Disputes that may arise during the performance of the Contract shall be settled in accordance with the laws of the country, by arbitration or mutual agreement between the parties.

  1. Compliances

Bidders must submit valid certificates of compliances from the relevant bodies as requested.

Annex 1:Terms of Reference (TOR)

Call for Consultant(s): Entrepreneurship Consultant

Terms of Reference

RFP\JOR\2025\652

BACKGROUND

Burden of Childcare Reduced and Addressed for Women in Jordan (BUCRA - meaning Tomorrow in Arabic) is a 5-year initiative (2024-2029) funded by Global Affairs Canada and designed to enhance the economic empowerment of women in Jordan. BUCRA takes a system approach that engages and supports local stakeholders from government, training bodies, the private sector and communities to drive gender-transformative change that addresses the most pressing childcare issues preventing women from participating and remaining in the workforce in Jordan. BUCRA targets over 8,600 women in 7 regions. The approach of equipping key stakeholders to address systemic barriers will enable the impacts to be experienced by women throughout Jordan over the long term.

In partnership with several local implementing partners including relevant government agencies, the Vocational Training Corporation (VTC) and the National Council of Family Affairs (NCFA) and civil society organization (Raya Alyawm) under the umbrella of the Ministry of Social Development (MoSD). WUSC and partners will deliver under five key outcome areas: i) enhance the capacity of training providers to provide quality, market-relevant, and inclusive Early Childhood Care and Development(ECCD) training; ii) increase access by women to ECCD-related services to secure employment or start/expand their home-based nurseries; iii) improve capacity of key stakeholders to develop and implement gender-responsive policy and regulation fostering the availability of quality ECCD services; iv) improve attitudes among women and their communities about women's work and ECCD; and v) enhance the capacity of ECCD employers to provide quality, gender-responsive and inclusive ECCD services.

The VTC is not only an implementing entity, but is a strategic governmental institution, acting as a core partner that is being recognized as a primary party for all deliverables related to curricula and training. It plays a direct role in the development, design, and final approval of all training materials and related outcomes ensuring the quality, sustainability, and national accreditation of all programs, including the ECCD-relevant programs.

CONTEXT

As part of this collaboration, the VTC seeks to update its existing Entrepreneurship curriculum to reflect current market trends, including AI integration and digital marketing. The updated curriculum will strengthen trainees’ entrepreneurial and digital skills and build the entrepreneurial capacity of the VTC trainers through a tailored Training of Trainers (ToT) approach. Ensuring that the updated Entrepreneurship Curriculum is aligned with the National Qualifications Framework (NQF) and with the curriculum development policies adopted by the VTC .Furthermore, the integration of Artificial Intelligence (AI) should include practical, applied tools for business, such as market analysis, forecasting, and digital automation for small projects rather than focusing only on theoretical concepts.

PURPOSE

As part of this collaboration, the VTC seeks to update its existing Entrepreneurship curriculum to reflect current market trends, including AI integration technologies and digital marketing skills, with a particular focus on their role in fostering women’s entrepreneurship opportunities.

The purpose of this consultancy is to:

  1. Review and update the existing VTC Entrepreneurship curriculum to identify gaps and ensure alignment with current market trends and entrepreneurship in the age of AI (GAP Analysis).
  2. Integrate new content on digital marketing, innovation, and entrepreneurship relevant to various VTC trades, including ECCD-related material.
  3. Ensure that the updated curriculum is developed based on a competency-based approach (Competency-Based Curriculum). Emphasize that the integration of AI should include practical components such as market data analysis skills, digital marketing, and basic business automation.
  4. Develop a trainer guide to be used by the VTC entrepreneurship trainers.
  5. Develop a TOT module to strengthen VTC trainers’ capacity to effectively deliver entrepreneurship and digital marketing courses, integrating AI and digital marketing. The module will also enable trainers to train and support other VTC staff.
  6. Deliver training sessions for VTC instructors on the updated materials, including specialized content linking entrepreneurship with ECCD as well as general vocational fields.

TASKS REQUIRED

The consultant will be responsible for the following:

  • Conduct a comprehensive gap analysis of the existing VTC Entrepreneurship curriculum to assess its relevance, structure, and alignment with current digital trends. This analysis should include a comparison with international and national best practices in entrepreneurship curricula and specifically identify gaps across knowledge, skills, and institutional capacities.

  • Review and update the Entrepreneurship curriculum to integrate digital entrepreneurship concepts, AI applications in business, and digital marketing strategies.

  • The updated curriculum shall be designed in a modular format to facilitate its delivery in both long and short training programs.

  • Prepare a practical guide for trainers (Trainer's Guide) to complement the updated curriculum, ensuring it covers the methodology, practical activities, useful applications, and relevant case studies.

  • Collaborate with VTC technical teams and trainers to gather input on curriculum needs. This collaboration requires the consultant to hold periodic meetings with the Curriculum Directorate to ensure continuous review of the work and to guarantee full adherence to incorporating the necessary updates based on VTC feedback.

  • Ensure all materials are practical, gender-responsive, and market-relevant, with case studies contextualized to Jordan. This must include the integration of practical, applied components of AI in small professional projects.

  • Develop and deliver a comprehensive Trainer of Trainers (ToT) module for VTC instructors on the updated curriculum. This module should also enable trained instructors to train and support other VTC staff, ensuring sustainability and wider institutional impact.

  • The ToT sessions must be delivered in three cycles, specifically covering the Middle, North, and South regions, to ensure broad geographical reach. Each cycle is required to include 20–25 participants. It is essential that the training utilizes gender-responsive methodologies and ensures inclusivity to guarantee the wide participation of both male and female trainers.

    Note (The training days, agenda and other training related tasks will be discussed further)

  • Develop a Pre/Post assessment tool to effectively measure the advancement of trainers' capabilities, with a focus on their practical skills in the areas of AI and Digital Marketing.

DELIVERABLES

  • Inception Report: Must include a detailed timeline, work methodology, data collection tools, and a clear communication plan with the technical teams in English Language.
  • Gap analysis findings and recommendations: Must include a before-and-after comparison, with all resulting recommendations linked to the pre-defined VTC professional competencies.
  • Draft Updated Entrepreneurship Curriculum: Must be comprehensive, integrating the following elements: learning outcomes, a detailed competency matrix, relevant case studies, digital exercises, and practical applied materials on AI in Arabic Language
  • TOT Module outlines, slides & Pre-Post assessment in Arabic Language.
  • TOT Delivery in Arabic Language
  • TOT training report in English Language
  • Final Entrepreneurship Curriculum in Arabic Language
  • Trainer Guide in Arabic Language
  • Final Report in English Language

Note: WUSC will be responsible for the training costs- TOT (Logistics, Venue, etc..)

TIMELINES

Table 1: Important Dates

Key Activities

Date

  • Announcement date

27 Nov 2025

  • Q&A Questions and Answers (Procurement.jo@wusc.ca)

04 Dec 2025

  • Deadline for submitting the bid

11 Dec 2025

  • Signing of MOU with Selected Consultant

18 Dec 2025

  • Final Inception Report

04 Jan 2026

  • Gap analysis finding and recommendations document

15 Jan 2026

  • Draft of Updated Entrepreneurship Curriculum

01 Feb 2026

  • Trainer Guide Draft

01 Feb 2026

  • Final Entrepreneurship Curriculum

01 March 2026

  • Final Trainer Guide

01 March 2026

  • Share the TOT Module outlines, slides & Pre-Post assessment

Up to 22 March 2026

  • Final Narrative Report in English

Up to 22 March 2026

  • Entrepreneurship TOT

April - May 2026

  • TOT training report

April - May 2026

Qualifications/ requirements of the Consultant:

The consultant (individual or registered firms ) should provide the following :

  • Proven experience in developing and delivering entrepreneurship and digital marketing training materials with demonstrated experience in developing Competency-Based Curricula (CBC).
  • Preferably a previous experience in Digital Platforms
  • Strong understanding of AI tools , and innovation in small business contexts.
  • Minimum 5 years of experience in curriculum development, vocational education, or entrepreneurship training.
  • Demonstrated experience working with public institutions and/or governmental entities.
  • Excellent analytical and digital skills.
  • Consultant to be based in Jordan.
  • Knowledge of gender sensitivity and inclusivity training approaches.
  • Fluency in Arabic and English, with strong report-writing ability.

PRICES AND PAYMENT

  • All prices must be inclusive of taxes (no tax exemption).
  • 20% payment upon signing the agreement
  • 20% payment upon submission of the inception report
  • 30% payment upon submission of the final developed entrepreneurship curriculum alongside with the trainer Guide and the TOT module, slides & pre-post assessment.
  • 20% payment upon approval of the final report and all deliverables by WUSC/VTC.
  • 10% payment upon delivery of TOT sessions and TOT report.
  • All payments will be subjected to ISTD deductions as per Jordanian law.

Completed applications should be emailed to WUSC Jordan Country Office, procurement.jo@wusc.ca, with the subject line "RFP\JOR\2025\652

". Only electronic submissions will be considered

How to apply

Completed applications should be emailed to WUSC Jordan Country Office, procurement.jo@wusc.ca, with the subject line "RFP\JOR\2025\652

". Only electronic submissions will be considered

Apply now
Share this job