Country: Somalia
Closing date: 28 Dec 2015
1.0 PROCEDURES AND RULES
UNICEF is the agency of the United Nations mandated to advocate for the protection of children’s rights, to help meet their basic needs and to expand their opportunities to reach their full potential. Guided by the Convention on the Rights of the Child UNICEF strives to establish children’s rights as international standards of behaviour towards children. UNICEF’s role is to mobilise political will and material resources to help countries ensure a “first call for children". UNICEF is committed to ensuring special protection for the most disadvantaged children.
UNICEF carries out its work through its headquarters in New York, 8 regional offices and 125 country offices world-wide. UNICEF also has a research centre in Florence, a supply operation based in Copenhagen and offices in Tokyo and Brussels. UNICEF’s 37 committees raise funds and spread awareness about the organisation's mission and work.
1.2 PURPOSE OF THE RFP
The purpose of this RFP is to invite proposals from qualified institutional consultancy firms to evaluate the performance of Solar Powered Water Supply Systems in Somalia.
1.3 FORECAST SCHEDULE
The schedule of the contractual process is as follows:
Closing date and time for submission of full proposal: 28/12/2015 at 10.00 a.m. Nairobi Time
b) Award Notice: To be determined
c) Signature of contract: To be determined
1.4 RFP CHANGE POLICY
All requests for formal clarification or queries on this RFP must be submitted in writing via email to somsupply@unicef.org. Please make sure that the e-mail mentions the RFP reference number.
Only written inquiries will be entertained. Please be informed that if the question is of common interest, the answer will be shared with all potential RFP bidders.
Erasures or other corrections in the proposal must be explained and the signature of the applicant shown alongside. All changes to a proposal must be received prior to the closing time and date. It must be clearly indicated that it is a modification and supersedes the earlier proposal, or state the changes from the original proposal. Proposals may be withdrawn on written request received from bidders prior to the opening time and date. Bidders are expected to examine all instructions pertaining to the work. Failure to do so will be at bidder’s own risk and disadvantage.
5 RFP RESPONSE FORMAT Full proposals in English duly signed and dated should be submitted to UNICEF Somalia Support Centre at the UN Gigiri Complex, Block Q, Ground Floor, by 23rd November 2015 in the following manner:- a). Sealed Envelope 1: Technical proposal only without mention ofthe budget - the envelope should be clearly marked with "Name of Company; RFP No.; Technical Proposal" b). Sealed Envelope 2: Financial Proposal - the envelope should beclearly marked with " Name of Company; RFP No.; Financial Proposal" c). Sealed Envelope 3: Outer envelope containing the individualenvelopes for Technical & Financial Proposals - the envelope should beclearly marked with "RFP No......; Company Name" d). Please remember to sign the "Request for Proposal for ServicesForm" on Page 3 of the RFP document and return together with the proposal. Note: Proposals not submitted in this manner will be invalidated.
Bidders are requested to provide details of persons delivering the bids a day in advance to facilitate security clearance for entry into the UN Gigiri Complex.
Proposals received prior to the stated closing time and date will be kept in the bid box unopened. UNICEF will accept no responsibility for the premature opening of a proposal not properly addressed or identified.
Due to the nature of this RFP, there will be no public opening of proposals and responsible UNICEF officials will open technical proposals when the specified time has arrived.
1.6 BIDDER RESPONSE
1.6.1 Formal submission requirements
The formal submission requirements as outlined in this Request for Proposal must be followed, e.g. regarding form and timing of submission, marking of the envelopes, no price information in the technical proposal, etc.
1.6.2 Mandatory criteria
All mandatory (i.e. must/have to/shall/should/will) criteria mentioned throughout this Request for Proposal have to be addressed and met in your proposal.
All references to descriptive materials should be included in the appropriate response paragraph, though the material/documents themselves may be provided as annexes to the proposal/response.
It is important that you read all of the provisions of the request for proposal, to ensure that you understand UNICEF’s requirements and can submit a proposal in compliance with them. The bidder must also provide sufficient information in the proposal to address each area of the Proposal Evaluation to allow the evaluation team to make a fair assessment of the candidates and their proposal. Note that failure to provide compliant proposals may result in invalidation of your proposal.
1.7 CONFIDENTIAL INFORMATION
Information, which the bidder considers proprietary, should be clearly marked "proprietary", if any, next to the relevant part of the text, and UNICEF will treat such information accordingly.
1.8 RIGHTS OF UNICEF
UNICEF reserves the right to accept any proposal, in whole or in part; or, to reject any or all proposals. UNICEF reserves the right to invalidate any Proposal received from a Bidder who has previously failed to perform properly or complete contracts on time, or a Proposal received from a Bidder who, in the opinion of UNICEF, is not in a position to perform the contract. UNICEF shall not be held responsible for any cost incurred by the Bidder in preparing the response to this Request for Proposal. The Bidder agrees to be bound by the decision of UNICEF as to whether her/his proposal meets the requirements stated in this Request for Proposal. Specifically, UNICEF reserves the right to:
contact any or all references supplied by the bidder(s);
request additional supporting or supplementary data (from the bidder(s));
arrange interviews with the bidder(s);
reject any or all proposals submitted;
accept any proposals in whole or in part;
negotiate with the service provider(s) who has/have attained the best rating/ranking, i.e. the one(s) providing the overall best value proposal(s);
contract any number of candidates as required to achieve the overall evaluation objectives.
VALIDITY
Proposal must be valid for a minimum of ninety (90) days from the date of opening of this RFP and must be signed by all candidates included in the submission. For proposals from institutions, the proposal must also be signed by an authorised representative of the institution. Bidders are requested to indicate the validity period of their proposal in the Proposal Form. UNICEF may also request for an extension of the validity of the proposal.
1.8.1 Technical Proposal
The technical proposal should address all aspects and criteria outlined in this Request for Proposal, especially in its statement of work, terms of reference and paragraph 1.10 of this Request for Proposal. However, all these requirements represent a wish list from UNICEF. The bidders are free to suggest/ propose any other solution. UNICEF welcomes new ideas and innovative approaches. (NOTE: No price information should be contained in the technical proposal).
1.8.2 Price Proposal
The price proposal should be in line with the TOR, indicating overall/total cost of assignment and itemized budget.
1.9 PROPOSAL EVALUATION
After the RFP opening, each proposal will be assessed first on is technical merits and subsequently on its price. The proposal with the best overall value, composed of technical merit and price, will be recommended for approval. UNICEF will set up an evaluation panel composed of technical UNICEF staff and their conclusions will be forwarded to the internal UNICEF contracts Review Committee.
The evaluation panel will first evaluate each response for compliance with requirement of the RFP. Responses deemed not to meet all of the mandatory requirements will be considered non-compliant and rejected at this stage without further consideration. Failure to comply with any of the terms and conditions contained in this RFP, including provision of all required information may result in a response or proposal being disqualified from further consideration.
Technical Proposal
The technical proposals will be evaluated against specified criteria below. The total amount of points allocated to the technical proposal is 70 points and only technical proposals which receive a minimum of 45 points will be considered further.
Technical Evaluation Criteria
Category/Points
A. OVERALL RESPONSE: TOTAL POINTS - 10
i) Overall concord between UNICEF requirements and the proposals of the candidate organization / firm (5 points)
ii) Understanding of, and responsiveness to the requirements of the assignment in terms of technical and expert services as per the attached ToR (2.5 points)
iii) Detail and thoroughness of the proposal in respect of the requirements of the ToR and assignment (2.5 points)
B. STRATEGY/METHODOLOGY OF ASSIGNMENT: TOTAL POINTS - 25
The Technical proposal including Work Plan and Approach, comprising of;
Proposed design of the process, methodology, preparations and implementation of the analysis and program design process and description of how the institution or company is intending to carry out the tasks (e.g. how to organize the required staff/experts and support their activities in South Central Somalia, Somaliland and Puntland, schedule of planned activities, proposed implementation of the required work, etc.)
i) Demonstrates clear understanding of sustainable community water supply project using solar powered systems
ii). Clear and effective methodology on how to successfully complete evaluation
iii). Clear and realistic work plan with activities
iv). Clearly states how to ensure participation and inclusion of key stakeholders including government counterparts
v). Timetable with key deliverables
C. TECHNICAL CAPACITY: Organization’s Background, Experience, Expertise and Other Attributes - TOTAL POINTS: 35
· Institution’s or Company’s Background - 12 Points
i) Full address and location of registered offices
ii) Details of registrations (certificate of incorporation/ documentation as a registered company or institution).
iii) Evidence of ability to mobilize qualified personnel and experts
iv) Organigram
v) Number and type of employees or available experts
vi) Audited financial statements for previous 2 years
vii) Incorporation documents
viii) Financial status/yearly turn over for the last two years → supported with appropriate proof/certificates
· Experience - 12 Points
The company should demonstrate:
i). Extensive experience (minimum 10 years) in rural, urban and peri-urban water service delivery systems and private sector participation
ii). Proven record and experience in design and implementation of solar-power technology
iii). Familiarity with Somaliland, Puntland or Central South and good knowledge of local Somali social, cultural, political, economic context
iv). Experience in complex emergencies or conflict-affected contexts preferred
· Expertise (The company should provide CVs of two proposed candidates) - 14 Points
i). A specialist in issues of sustainable development, with strong understanding of institutional and policy themes and the building of personal and institutional capacity
ii). A water specialist with experience in both rural and urban water supply and experience in the Horn of Africa.
· Other Skills and Attributes Required as per the ToR: - 5 Points
Both consultants should possess:
i). Experienced in planning and managing projects, including but not restricted to budget management
ii). Experience in the evaluation of projects
iii). Strong and proven facilitation skills to ensure participation in the evaluation process
iv). Experience in issues of water and sanitation, with a sound understanding of private sector participation and social aspects (in particular human rights aspects) of water and sanitation
v). Excellent interpersonal and team work skills including good judgment and capacity to deal with counterparts of different levels and background
B. FINANCIAL PROPOSAL- 30 POINTS
Bidders should provide summary of the proposed budget + detailed breakdown of budget items covering the entire assignment
The total amount of points allocated for the price component is 30. The maximum points will be allotted to the lowest price proposal that is opened and compared among those invited firms/institutions which obtain the threshold points in the evaluation of the technical component. All other price proposals will receive points in inverse proportion to the lowest price e.g.
Score for price proposal X = Max. score for price proposal x Price of lowest priced proposal/Price of proposal X
The currency of the proposal shall be in US Dollars. Invoicing will be in the currency of the proposal. The bidder will suggest a payment schedule for the Contract, linked to unambiguous Contract milestones. All prices/rates quoted must be exclusive of all taxes as UNICEF is a tax-exempt organization.
(NOTE: FINANCIAL PROPOSAL SHOULD NOTE BE INCLUDED IN THE TECHNICAL PROPOSAL AND SHOULD BE SUBMITTED IN SEPARATE ENVELOPE DULY MARKED - REFER TO INSTRUCTIONS TO BIDDERS)
2.0 TERMS OF REFERENCE
Objectives
The overall objective of the consultancy is to assess the progress towards achievement of sustainable community water supply through solar powered systems and to evaluate the efficiency, effectiveness and relevance of the technology to the local context. The consultancy is expected to generate lessons and recommendations that could be applied to re-orienting or enhancing the sustainable development of community water supply in the country.
The consultancy will contribute to the enhancement of rural, urban and peri-urban Water Service delivery systems in Somalia. UNICEF’s vision in Somalia is to develop and scale up sustainable community-managed water supply systems governed by sound frameworks, and managed and overseen by a capable and dynamic private and public sector. It is envisaged that more people in rural, urban and peri-urban areas of Somalia, in particular those living in vulnerable areas, will have access to improved water within considerations of the need to improve efficiency and increase revenue.
The assignment is expected to be completed within 16 weeks from the date of signing to the exit workshop and final report.
Background
A large percentage of rural and urban communities across the country depend on ground water for livestock and human consumption as a result of the arid and semi-arid nature of the land. The over exploitation of groundwater aquifers coupled with the lack of adequate re-charge has led to the lowering of the water table in many areas. During the dry season, it is common to see long queues at water points and, women are known to routinely hire help to operate deep well & hand pumps to extract the water..
There are competing demands for limited water resources to sustain pastoralist, agricultural and urban livelihoods. Drought and internal displacement severely constrain access to water, with supply needs often met through costly water trucking to water storage facilities in permanent settlements or directly to grazing areas. All water supplies away from the big cities is communally or privately owned and supplied. Demand for water services in larger towns and cities is steadily growing.
In addition to hand pumps, alternative means of lifting water from these sources include diesel and petrol driven pumps as well as electrical centrifugal pumps. Hence any fluctuation of the price of petroleum increases the cost of operating the water supply systems and the burden of the high cost of fuel is automatically shifted to the poor households. Poor people in urban or permanent settlements can pay as much as five times more for water than those who can access a piped system. In a number of towns and cities, Public-Private Partnership (PPP) arrangements have been instituted to rectify such deficiencies and a number of larger settlements now have substantial coverage from piped networks with affordable public access. Coverage in rural areas is still a major challenge.
The use of solar powered pumps as alternative means of lifting ground water to the surface and minimize the cost of operation and maintenance in Somalia dates back to 2006. Most parts of Somalia enjoy up to 10-12 hours of sunlight per day throughout the year, which makes solar powered pumps a perfect alternative for extracting water using renewable energy. Having zero recurrent costs and very low operation and maintenance costs this environmentally sound and user friendly alternative has been promoted by UNICEF and its partners since 2006. Considering its cost effectiveness, low maintenance cost, and most importantly the use of renewable energy, the technology has found wide acceptance at community level. Over 100 solar powered water supply systems have since been installed across the country by UNICEF and its partners.
Scope of Work
The evaluation will cover all aspects of sustainable community water supply project as enumerated in the objectives, and where appropriate, in collaboration with other development partners that are contributing to the achievement of the sustained water supply, including beneficiary perspectives, socio-economic and health outcomes. The evaluation is expected to generate lessons learnt, findings, conclusions and recommendations with a focus on taking the technology to scale.
The consulting firm will investigate the following parameters:
a). The price per barrel of water produced by solar powered systems in comparison to other alternatives e.g. diesel powered systems, hand pumps, water vendors etc.
b). Percentage reduction in the waiting time at water points
c). Reliability of the solar-powered water supply system in comparison with the system used prior to the installation of the solar system
d). Percentage downtime and associated maintenance cost of solar powered water supply systems
e). Impact of vandalism on solar powered water supply systems and development of prevention measures.
The Consulting firm will also specifically carry out the following tasks:
• Assess the relevance, adequacy of the system design, including adequacy of the situational analysis and indicators for achievement of the health and education benefits and outcomes;
• An assessment and analysis of the efficiency and effectiveness of the performance of the systems: the reasons for any shortfall and whether any unexpected results or outcomes have occurred. The evaluation should appraise the relevance to the health and education outcomes;
• An analysis of factors within and beyond UNICEF’s control that are influencing performance and success of the solar powered water supply systems (including the strengths, weaknesses, opportunities and threats) in contributing to the realization of the socio-economic outcomes;
• Explore whether the choice of solar technology as alternative to hand pumps and diesel driven generators has made any difference in well-being of the beneficiary communities and make concrete recommendations on programmatic adjustments to ensure the sustainability of systems.
• Develop Advise on an appropriate strategy for taking solar powered water supply systems to scale in Somalia.
• Make recommendations on the need to ensure complementarities with other major funding institutions contributions for sustained water supply in Somalia.
• Make suggestions on improved and efficient management/maintenance of the solar powered water supply systems
• Make suggestion for enabling environment for bringing DPSS to scale up including policy framework and local private sector capacities and engagement
The field work assessment and consultation will cover at least 50% of all communities where solar-powered water supply systems have been installed. These include:
South-Central Zone: Hiran, Gedo, Lower Shebelle, Benadir, Galagadud and Mudug
North-West Zone: Awdal, Togdheer, Woqooyi galbbed, Sool and Sanaag
North-east Zone: Bari, Nuggal, Sool, Sannag
The consultancy is expected to commence and deliver at least the following Activities/results:
Activity 1:
A survey and assessment should be conducted among the village leaders and a representative number of the households to ascertain the villagers’ willingness to embrace the technology and use it wisely. The assessment should consider local skills, materials, and labour in order to estimate how the community could be involved in the installation, operation, and maintenance of the system. It is an essential requirement of the consultancy to wholly involve the local government officials in the region and assess their opinion of the solar powered pumping systems and awareness of what it is being used for. There are significant upfront costs and community training required for the successful implementation of a solar-powered pumping systems (SPPS). NGOs are usually involved in the initial phases of the project including design, installation, and training needed to operate and maintain the systems. Investigate the willingness of the community to pay a minimum amount for per agree period to pay a water system manager in the village and to maintain and upgrade the system as needed.
Activity 2:
Other concerns often overlooked are the community’s socio-economic needs. If having water delivered to them more conveniently significantly takes away from their socio-economic structure, the village may begin to resent the system, making it more prone to vandalism or unintended uses. Assess if the SPPS is a threat to any of the existing socio-economic structures and discuss the socio-economic factors that need to be considered for scaling-up.
Activity 3:
Another important aspect to consider is security of the installed system. Can the PV array be secured properly or will it be stolen or vandalized? Has there been any attempt to steal or vandalize the PV array? It will be good to document the extra effort that have been put in place to protect the PV array. It is obvious that without a functioning PV array, a SPPS is worthless. The PV array is one of the most expensive components of the system (~50-75%) and should be protected from theft, vandalism, and livestock. Recommend the measures to eliminate or minimise the threats of vandalism.
Activity 4:
It is important to determine the appropriateness of system design e.g. total dynamic head, water demand consideration, distribution network etc. For example, For a SPPS, total dynamic head can be referred to as the head pressure required to overcome the sum of the static lift of the water, the static height of the storage tank, and the frictional losses in the pipe network. Following are some preliminary calculations for determining TDH and the flow rate of the pump needed:
TDH = (depth from static water table to top of well + drawdown at sustainable or desired Pumping rate + elevation difference from top of well to top of storage tank) x 1.1
An estimate of the required flow rate of the pump can be determined by the following equation:
Flow rate CBM/hr= (Demand in CBM/hr)/PSH per day)
CBM/hr = cubic meter/Hr, PSH = Peak Sunlight Hours
With the well diameter, TDH, and desired flow rate determine what type of pump will fulfill the system needs. Determine the appropriateness of the existing pump based on a system parameter match with the manufacturer’s pump curve. The consultant will be expected to carry out these calculations for all the SPPS.
The consultant shall also cover the other aspects of SPPS such as design appropriateness of the system in terms of water discharging capacity of water sources Vs community needs, operation and maintenance capacity and affordability by community, willingness to pay the water tariff etc.
Deliverables The consulting firm will produce the following deliverables:
Activity 1: Ascertain the communities’ appreciation to embrace the technology and use it wisely and profile a human interest story from any of the beneficiary communities. Ascertain if the community would be willing to pay operation and maintenance cost and how much.
Activity 2: Discuss the socio-economic factors that would need to be considered for scaling-up.
Activity 3: Document the extra effort that have been put in place by the communities to protect the PV array
Activity 4: Determine the appropriateness of the existing pump based on a system parameter match with the manufacturer’s pump curve.
RESPONSIBILITIES
1. TASK: Desk Review of existing documentation relevant for the defined activities and preparation of a report including information on manufacturers of submersible solar-powered pump
Time Line: 3 weeks
Location: Consultants Officer
Stakeholders: UNICEF
- Task: Submission of Inception Report defining the methodology to be followed for each key activity, phasing of the activities defined above, and an action plan, for undertaking the assignment. The inception report should be shared and consulted with government counterparts
Time Line: 3 weeks
Location: Consultants Officer
Stakeholders: UNICEF, Government Water Ministry(s)
3. Task:Consultation with UNICEF, Government, project partners/ stakeholders, counterparts /community leaders
Time Line: 3 weeks
Location: Nairobi/Hargeisa/Garowe/ Mogadishu
Stakeholders: UNICEF, Water Ministry(s) in all three zones
4. Task:Consultation and data collection in the field.
Time Line: 8 weeks
Location: Hiran, Gedo, Lower Shebelle, Banadir, Galagadud and Mudug
Awdal, Togdheer, Woqooyi galbbed, Sool and Sanaag, Bari, Nuggal, Sool, Sannag
Stakeholders: UNICEF field staff, Local Authorities (including relevant Municipalities), Utility Companies, Civil Society Groups, and Cooperation partners
5. Task: Preparation of draft reports linked to the different activities, and sharing of findings with different stakeholders
Time Line: 3 weeks
Location: Nairobi
Stakeholders: UNICEF
6. Task: Finalization of the reports
Time Line: 2 weeks
Location: Consultants Office
7. Task: Presentation and agreement on the findings with government.
STAKEHOLDERS
Desk Review of existing documentation relevant for the defined activities and preparation of a report including information on manufacturers of submersible solar-powered pump 3 Consultant’s office UNICEF
Submission of Inception Report defining the methodology to be followed for each key activity, phasing of the activities defined above, and an action plan, for undertaking the assignment. The inception report should be shared and consulted with government counterparts Consultant’s office UNICEF, Government water ministry(s)
Consultation with UNICEF, Government, project partners/ stakeholders, counterparts /community leaders Nairobi/Hargeisa/Garowe/ Mogadishu UNICEF, Water Ministry(s) in all three zones
Consultation and data collection in the field. 8 Hiran, Gedo, Lower Shebelle, Banadir, Galagadud and Mudug
Awdal, Togdheer, Woqooyi galbbed, Sool and Sanaag, Bari, Nuggal, Sool, Sannag UNICEF field staff,
Local Authorities (including relevant Municipalities)
Utility Companies
Civil Society Groups, and
Cooperation partners
Preparation of draft reports linked to the different activities, and sharing of findings with different stakeholders 3 Nairobi UNICEF
Finalisation of the reports 2 Consultant’s office
Presentation and agreement on the findings with government.
Timing
The consultancy assignment is expected to start in December 2015. The consultant will be expected to sign a contract, by 15th December 2015 which will commit the firm to undertake the actual assessment and provide the agreed upon services on agreed upon dates falling between 15th December 2015 and 20th May 2015.
In their offer, the consultant shall be expected to confirm availability within this time frame and respond to the work plan and schedule provided above, indicating whether and how they can adhere to or improve on it. The consultants may propose alternative approaches to collecting information and to carrying out the activities. The proposed number of weeks for each task includes travel to the respective locations.
Changes in the security situation may require delaying assignments or evacuation of the consultant. If such situations significantly delay the contract either contract partner can request postponement or cancellation of the contract. In case of premature cancellation of the contract UNICEF reserves the right to hold payments for work assignments that have not been carried out. Consulting firm(s) itself will be responsible to arrange the security and insurances of their team members who need to travel inside Somalia to undertake the field work.
Reporting Requirements
The consultants will present a final report of not more than 50 pages (including a three page executive summary, excluding annexes), within four (4) weeks after field work has been finalised. The final report will set out the findings, interpretations and conclusions of the data/information collected and recommendations regarding the management decisions that must be made in order to the technology to scale. The report shall be in simple English. The reporting guidelines in the annex will be as suggested below and will be strictly adhered. The other reporting requirements will include:
• Inception Report
• Progress reports and minutes of all consultative meetings
• Technical Reports including estimation of the flow rate of each system surveyed using the following equation:
Flow rate CBM/hr = (Demand in CBM/hr)/PSH per day)
CBM/hr = cubic meter/Hr, PSH = Peak Sunlight Hours
With the well diameter, TDH, and desired flow rate determine what type of pump will fulfill the system needs. Determine the appropriateness of the existing pump based on a system parameter match with the manufacturer’s pump curve. The consultant will be expected to carry out these calculations for all the SPPS.
• Presentation materials
• Workshop reports
The report shall be submitted to the Chief of WASH electronically and in hard copies. The report shall be in MS word format and data shall be MX Excel sheet.
The consultant shall also cover the other aspects of SPPS such as design appropriateness of the system in terms of water discharging capacity of water sources Vs community needs, operation and maintenance capacity and affordability by community, willingness to pay the water tariff etc.
Following is the suggested layout of the final report:
The evaluation report should mirror the basic project format, taking into account the nature of the project and the stage at which assessment is taking place. It should focus on the soundness of the choices made in relation to the context, objectives, means, likelihood of sustainability, etc., and include brief remarks on any adjustments made in response to developments up to the moment of assessment and feasibility study. The following text should appear on the front cover:
This report is financed by the USAID-OFDA and is presented by consulting firm for UNICEF and the Commission of the European Union. It does not necessarily reflect the opinion of UNICEF USAID-OFDA or the EU
Title
The title should clearly and briefly indicate what the report is about. Example –
Evaluation of Solar powered Water Supply Systems in Somalia.
Executive Summary – (Max 3 pages)
Summarises the report in plain English. The Executive Summary should be able to be read and understood independently of the main body of the report. It is often easiest to write after completing the rest of the report.
1. Preamble/Introduction
Preamble (Maximum 2 pages)
The preamble should briefly describe:
• The principal features of the project/programme as at the time of the assessment (including objectives, components, location, and any working hypotheses important dates, timetable);
• The objectives and plan of work of the evaluation itself (names of consulting firm, dates and principal methods used). This section specifies assistance to be made available by UNICEF to the consultants including data, documents, offices, transport, counterpart staff, facilitation of the entry and exit of expatriate personnel
2. Methodology
This chapter assesses the planning and design phases of the assessment from the initial interpretation of the terms of reference to the final financing proposal. It establishes the type of data/information that were collected, how the data/information were collected (what instruments were used), how data/information were analysed, limitations of the evaluation (for example cautions about the findings and conclusion and how to use the findings and conclusions).
2.1. Experimental/sampling design
A description of the study area and study design, including detail such as equipment used in field work, methodology for selecting sampling sites, field work undertaken and methods of technical analysis. For a flow rate estimation, this detail needs to include what parameters were measured and any standards and protocols used in the analysis.
2.2. Data analysis
An outline of how the data obtained from sampling were analysed, including details of any statistical tests undertaken and their assumptions and limitations. For flow ratings consider computing a mean or average for each solar powered supply system.
3. Results
A description of the results obtained without any explanation or interpretation of them. Visual aids such as graphs, tables and maps may be used to summarise the results. If raw data is to be included in the report, it should be placed in an appendix rather than in the results section.
4. Discussion
The results of the evaluation are interpreted and implications of these results in terms of the objectives of the assignment are discussed. A discussion around the health benefits, economic and financial analysis and the key factors affecting sustainability and replication will be useful. An evaluation of the methodology used may also be undertaken.
5. Conclusions
The section summarises specific conclusions drawn from the results in terms of the study objectives and working hypotheses.
6. Recommendations
Recommendations as to immediate and medium and longer term developments of solar-powered water supply infrastructure and future management actions are made based on the findings of the study.
References
Lists the literature cited in the report.
Appendices
May contain detailed information such as data tables, maps, graphs, GPS tagged photographs, list of Persons consulted, workshop participation
Map showing the locations of all existing SPPS in Somalia. For this GPS coordinates can be collected either during field survey of sample locations and secondary information from UNICEF and stakeholders
Qualification requirements:
The consulting firm shall have the following expertise:
• A specialist in issues of sustainable development, with strong understanding of institutional and policy themes and the building of institutional capacity and sustainable urban water supply management
• Experienced in socio-economics, planning and managing projects, including but not restricted to budget management
• Experience in the evaluation of projects
• Strong and proven facilitation skills to ensure participation in the evaluation process
• Experience in urban planning, setting up urban water utility management frameworks in complex environments
• Experience in issues of water and sanitation, with a sound understanding of private sector participation and social-economic aspects (in particular human rights aspects) of water and sanitation
• Experience and knowledge of best practices in water, sanitation and hygiene.
• Capacity to involve Somali nationals for field work
Professional experience of the team leader should be at least 8 years with proven experience in similar assignments, with a Master’s Degree relevant to sustainable development.
Administrative issues:
The consulting firm shall arrange all necessary equipment(s) (e.g. computers, cameras, GPS device, measurement equipment etc.) during the assignment for all team members. General office facilities, including access to official communication facilities, will be provided by UNICEF in Nairobi and the Somalia field offices if consulting firm requires to use UNICEF facilities while preparing the desk study reports. The cost of the consultancy should be inclusive of all the costs and arrangements of the assignment, including logistics, DSA, flight tickets, visa fees, security, and translation/interpretation, training costs etc.
UNICEF will support the contracted firm with logistical arrangement regarding booking of venues, inviting participants for consultative meetings and workshops.
UNICEF will support with the selection of participants to be consulted from amongst the partner organizations, local authorities and private water utility companies as appropriate.
The consulting firm(s) shall be responsible for all office equipment and supplies such as computers, laptops, telephone charges, access to Internet etc. UNICEF Somalia can provide access to photocopy machines for limited copies. Contractor(s) will have to source for bulk copying elsewhere themselves. Limited office space can be provided while in Somalia at the UNICEF field offices. In Nairobi, the contractor(s) shall be responsible for office and other facilities required. In addition, the consultants shall be responsible for ground transport while in Nairobi. Ground transport in Somalia will be provided by the firm.
The consulting firm is responsible for his/her own insurance including that of the members of the team while under contract, in Somalia, Kenya and in transit. Prior to taking up the assignment, the consulting should provide documentary proof that they have the appropriate health and other insurance, for staff involved in execution of the consulting services. The firm shall, upon request, provide UNICEF with satisfactory evidence of the assurance required hereunder.
The consulting firm will be accountable for the mentioned deliverables. The payments will be authorised only based on the deliverables as stipulated in the agreement. The method of payment will be confirmed between UNICEF and the firm (e.g. bank transfers to account of the firm).
In the case of security issues, the consulting firm will be solely responsible for the security, including repatriation of its staff, including covering costs of security measures.
Changes in the security situation may require delaying assignments or evacuation of consultant(s)’ expert(s). If such situations significantly delay the service contract either contract partner can request cancellation or postponement of the contract. In case of premature cancellation of the contract UNICEF reserves the right to hold payments for work assignments that have not been carried out.
Proposed Payment Schedule:
i). 25% Upon submission of Inception Report defining the methodology to be followed for each key activity, phasing of the activities as per ToR and an action plan, for undertaking the assignment. The inception report should be shared and consulted with government counterparts; and Desk Review of existing documentation relevant for the defined activities and preparation of a report including information on manufacturers of submersible solar-powered pump. (Specific Activity 1)
ii). 45% After consultation with UNICEF, Government, project partners/ stakeholders, counterparts /community leader; and Consultation and data collection in the field (specific activities - 2, 3 & 4)
iii). 20% Submission of draft reports linked to the different activities, and sharing of findings with different stakeholders including government; and Presentation and agreement on the findings with government (specific activity - Validation)
iv). 10% Upon submission/acceptance of final report
How to apply:
How to apply:
Sealed Hard copy proposals should be hand-delivered or sent by Courier to reach UNICEF at the below address on 28/12/2015 by 10.00 a.m. Nairobi Time. Bids received later than this date will be disqualified:
Supply & Logistics Section
UNICEF Somalia Support Centre
UN Gigiri Complex, Block Q, Ground Floor
P.O. Box 44145-00100
Nairobi
NOTE:
1.Prospective bidders are required to request for a full set of this RFP.
2.Bidders are requested to provide details i.e. Name/ID No. of person delivering the bids a day before the deadline to facilitate entry into the complex to:somsupply@unicef.org
3.A printed set of the completed technical and cost proposals should be submitted in three separate sealed envelopes. (Individual envelopes for technical and price proposals) clearly marked with RFP No., Name of Company, Technical Proposal and Financial Proposal