Country: Somalia
Closing date: 16 Sep 2016
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 behavior towards children. UNICEF’s role is to mobilize 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 organizations mission and work.
1.2 PURPOSE OF THE RFP
The purpose of this RFP is to invite proposals from qualified institutional consultancy firms to conduct an Integrated Bio-Behavioral Surveillance (IBBS) for Female Sex Workers (FSWs) and their clients in HIV high prevalence locations in Somalia/Somaliland in order to inform and effectively reach Key Population with a tailored package of interventions as stipulated in the TOR.
1.3 FORECAST SCHEDULE
The schedule of the contractual process is as follows:
a) Closing date and time for submission of full proposal: 16/09/2016 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 prior to the closing date and time on: 09/09/2016 at 4.30 p.m. Nairobi Time. Please make sure that the e-mail mentions the RFP reference number.
Only written inquiries will be accepted. 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 Proposals may be withdrawn on written request received from bidders prior to the opening time and date.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.
1.5 RFP RESPONSE FORMAT
Full proposals should be submitted in English and must be received not later than 16/09/2016 by 10.30 a.m. Nairobi Time. Proposals received after the stipulated date and time will be invalidated.
The proposals should be submitted as follows:-
· Sealed Envelope 1: Technical proposal only without mention of the budget – the envelope should be clearly marked with “RFP No.; Name of Company; Technical Proposal”.
· Sealed Envelope 2: Financial Proposal - the envelope should be clearly marked with “RFP No.; Name of Company; Financial Proposal”.
· Sealed Envelope 3: Outer envelope containing the individual envelopes for Technical & Financial proposals – the envelope should be clearly marked with “RFP No.; Company Name”.
· Please remember to sign the “Request for Proposal for Services Form” on Page 3 of the RFP document and return together with the proposal.
Note: Proposals not submitted in this manner will be invalidated.
BIDS may be hand-delivered or sent by Courier to:-
UNICEF SOMALIA SUPPORT CENTRE OFFICE,
UN GIGIRI COMPLEX, BLOCK Q, GROUND FLOOR
P.O. Box 44145-00100
Nairobi
Bidders are requested to provide details (Name/ID No.) of the persons delivering a day in advance by sending an email to somsupply@unicef.org to facilitate clearance to enter the UN complex.
Due to the nature of this RFP, there will be no public opening of proposals and responsible officers 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 to read all 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.
1.8.1 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 authorized 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.
1.8.2 Insurance Clause
The contractor will be wholly responsible for their staff and must make the necessary arrangements and payments with the relevant companies for Health Insurance and Medical Evacuation etc.
1.9 PROPOSAL EVALUTION
1.9.1 Evaluation of the Proposal
In making the final decision, UNICEF considers both technical and financial aspects. The Evaluation Team first reviews the technical aspect of the offer followed by the review of the financial offer of the technically compliant vendors.
1.9.2 Technical Proposal
a) Overall response: Assessed against the completeness and overall concord between the RFP requirements and the proposal. Total Points 10.
· Understanding of, and responsiveness to the requirements of the assignment in terms of technical and expert services as per the attached ToR: (5)
· Detail and thoroughness of proposal in respect of the requirements of ToR/assignment: (5)
b) Strategy/Methodology of Assignment. Total Points 20
· The Technical Offer 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 the three zones of Somaliland, Puntland and Central South Somalia, schedule of planned activities, proposed implementation of the required work, monitoring plan, etc.) Total points 15.
o Proposed overall process and design of the assignment, including timetable and required deliverables - (work plan): (5)
o Logistical and staff/expert arrangements in Somaliland, Puntland and Central South Somalia for efficient implementation in all 3 zones: (5)
o Detail and thoroughness of the entire approach/methodology: (5)
c) Technical Capacity: Organization’s Background, Experience, Expertise and Other Attributes: Total points 40.
· Institution’s or Company’s Background: (10)
o Full address and location of registered offices
o Details of registrations (certificate of incorporation/ documentation as a registered company or institution).
o Evidence of ability to mobilize qualified personnel and experts
o Summary of corporate structure and business area
o Organogram
o Details of infrastructure in office
o Number and type of employees or available experts
o Audited financial statements for previous 2 years
o Incorporation documents
o Financial status/yearly turn over for the last two years → supported with appropriate roof/certificates
· Experience: (15)
o The company should have extensive experience (minimum 3 years) in the relevant field of work as per the ToR (IBBS, working in complex environment and high quality reporting)
o Proven record and experience in carrying out similar work in high quality data collection, analysis and research (HIV/AIDS, Health Nutrition, Social Science, Surveillance)
o Familiarity with similar Country context settings to Somalia (Somaliland, Puntland and Central South);
· Experience and good knowledge of local Somali social, cultural, political, economic context; Experience in complex emergencies or conflict-affected contexts preferred: 15 points
· Expertise: (10)
o The company should provide CVs of leading technical and managerial staff required with relevant academic qualifications, research experience [e.g. Researchers, Statisticians, Information/Database development Managers: 5 points
o Sufficient human resource capacity, competent staff or experts with suitable experience and expertise as per the assignment and ToR (IBBS, working in complex environment and high quality reporting): 5 points
o Demonstrated managerial capacity to undertake the assignment (Team Leader): 5 points
· Other Skills and Attributes Required as per the ToR: (5)
o Strong communication, writing and presentation skills
o Strong analytical and leadership skills and setting of high standards for work
o Excellent interpersonal and team work skills including good judgment and capacity to deal with counterparts of different levels and background and able to work in multicultural settings
o Necessary language skills in English and Somali
o Proficiency in ICT (MS Word, Excel, Power point, Statistical Software, etc.)
Total points for Technical Proposal: (70)
1.9.3 Detailed Financial Offer and Price:
· Overall Price and budget covering the entire assignment - both technical and logistical aspects of the assignment as per the ToR and its annex. (The budget template and full proposal will be sent to those interested in bidding).
o Unit costs like fee rates, expenses, etc.
o Level of detail of financial offers and budget using the financial format:
Total points for Financial Proposal (30).
Total marks: Technical/Financial (100)
2.0 TERMS OF REFERENCE
Background
IBBS surveys worldwide are an essential component informing national HIV responses. These studies have been shown to be particularly useful in providing information on behaviours among sub-populations who are challenging to reach through traditional household surveys, but who are likely to be at higher risk of HIV infection or transmission, such as FSWs and their clients. It is recommended that these studies be undertaken on a regular basis, in order to provide trend analysis data for target groups in consistent geographical locations.
HIV sero-surveillance survey to track HIV prevalence overtime are regularly conducted in Somalia/Somaliland since 2004 by WHO and they show a low prevalence context. However, the sentinel surveillance did not target the key population who are at greater risk compared to the general population. Key Population (KP) in Somalia were defined by several formative research studies as Female Sex Workers (FSWs) and their clients such as uniformed services, fishermen and truck drivers who have high risk behaviours including low and inconsistent condom usage and low uptake of HIV counselling and testing. The only data available on HIV and STI-related risk behaviours and HIV and STI prevalence among key population are from two rounds of IBBS conducted both in Somaliland (only in Hargeisa) in 2008 and in 2014 showing that the HIV prevalence among Female Sex Workers (FSWs) is ten times higher (5%) than that among Antenatal Care (ANC) attendees (0.5%). Based on these findings, both the National Strategic Plan for the Somali HIV and AIDS response (2015 to 2019) and the new GFATM HIV grant for Somalia (2015-2017) redefined the target of the Behavioural Change Communication (BCC) strategy from general population to KP in order to prevent new HIV infections especially among KP through combination of HIV prevention interventions. One of the priority was to gather more evidence based information to design more appropriate interventions for KP to expand the study to understand possible risky population such as prisoners, FGM clients, SGBV victims, as such, a population size estimation and mapping of FSWs and their clients is currently ongoing in the three major towns of Mogadishu, Bossaso and Hargeisa.
Based on the finding from the mapping and size estimation exercise, it’s crucial that a follow-up IBBS be undertaken to establish a trend in HIV prevalence amongst FSWs overtime and set baseline for the first time for the clients of the FSWs as well as determine the prevalence in possible new at risk groups in Somalia/Somaliland. The findings will provide the national program with strategic information on current HIV and STI prevalence as well as HIV and STI-related behaviours and risks to facilitate linkage to HIV services and to provide information for targeted planning of programmes.
In this regard, UNCEF as the Principal Recipient for the Global Fund to fight AIDS, Tuberculosis and Malaria (Global Fund) HIV NFM in Somalia, intends to engage an institution to carry out a HIV and STI Integrated Bio-Behavioural Surveillance (IBBS) for FSWs and their clients in hot spots in Somalia in order to inform and effectively reach KP with package of interventions.
Objectives
· To set baseline to be able to track trends overtime of HIV and STI prevalence, risk behaviours and knowledge for FSWs in three Zones of Somalia/Somaliland.
· To set baseline of HIV and STI prevalence, risk behaviors and knowledge for “the new defined KP at risk” of HIV in the three selected locations.
· More specifically, to collect information related to socio-demographic characteristics; alcohol and smoking, injecting drug use and needle sharing behaviors; sexual behavior including knowledge and use of condoms; knowledge of transmission and prevention of HIV; knowledge and treatment of STI; access to available HIV and STI prevention, treatment, care and support services in the selected survey sites; experience of stigma, discrimination and physical, sexual and other forms of violence; and exploring the association between the risk behaviors and HIV and other specified sexually transmitted infections.
· To provide recommendations to support HIV and AIDS interventions for FSWs and their clients’ in Somalia and how to strengthen access to critical prevention, treatment, care and support services for FSWs and their clients.
Description of the assignment
The study will be carried out in the high prevalence or high risk locations in the three zones determined by the ongoing key population mapping and size estimation exercise in Somalia/Somaliland.
This study will be led by a Technical Working Group (TWG) including government, civil society, UN and other development partners to have an overall oversight of the process, coordinate the activities and provide operational guidance for the consultants. Ethical clearance will be sought from the government authorities prior to the survey. The Technical Working Group will ensure that study methodologies conform to standards and ethical practice. Moreover, the methodology and results will be reviewed and validate by a technical panel as part of JUNTA.
The institution is expected to carry out following activities within the set time period:
Preparation work – Gather baseline / background information: examine the relevant background literature as regards HIV and AIDS in Somalia; including, policies and operational plans, reports of studies and interventions for the study population and any other relevant reviews, assessment and evaluations done by national or international organizations in Somalia and similar contexts; study and examine all tools, guidelines and scientific publications on research particularly, on mapping and size estimation among FSWs and their clients’ to inform preparation of background information and determination of appropriate methodologies for the study; meeting relevant persons including WHO and UNAIDS to guide protocol development, previous studies like the mapping and size estimation among FSWs in Somalia/Somaliland and the IBBs conducted in Hargeisa in 2008 and 2014..
· Prepare the detailed protocol and implementation plan including monitoring plan: prepare the detailed research protocol describing the methods in detail, data collection tools and formats, data collection plan etc. based on international guidelines and recommended standard methods and adapted to Somalia context; prepare the implementation schedule with timelines; plan for data quality, security and monitoring plan.
· Conduct an Integrated HIV and STI Bio-Behavioural Surveillance (IBBS) in key population in Somalia/Somaliland: after obtain ethical clearance from the relevant committees with support of the TWG; conduct field work maintaining quality and accepted norms and standards; conduct regular meeting with the TWG for consensus and resolving issues; prepare a draft report based on preliminary data analysis and submit to TWG for approval.
· Produce a comprehensive final report with recommendations to support HIV and AIDS interventions for FSWs and their clients’ in Somalia and how to strengthen access to critical prevention, treatment, care and support services for FSWs and their clients.
· Disseminate the findings to stakeholders both in Nairobi and in the three zones.
· Prepare the findings of the study in a format for publication in recognized international journals according to UNICEF policy and regulations.
Methodology and Technical Approach
The institution will work under the direct supervision of the HIV Program Manager, and in close collaboration with other UNICEF sections and zonal offices. In addition, the institution will coordinate with the TWG, national counterpart and other key stakeholders in HIV and AIDS response, GBV and protection programmes and will build the institutional capacity and will conduct the study in line with the Somali strategic framework for HIV and STI that was developed by the three zonal AIDS commissions.
The selected institution is expected to carry out a rapid situational assessment including an extensive literature survey and a desk review, to gather the baseline data and other relevant information. The institution has to seek, with the support of the TWG, ethical clearance from the government authorities prior to the survey.
The technical assistance will involve also travel within Somalia/Somaliland for implementation of the study and frequent consultations with relevant stakeholders who include; government institutions (Ministries of Health, National AIDS Commissions, other line Ministries), NGO partners and various UN agencies in each of the three zones in Somalia/Somaliland and those based in Nairobi. It will also be required that the institution undertake consultations with some community structures and groups and local NGOs in order to obtain some insight on how to incorporate community engagement programmes into FSWs and their clients’ activities. Feedback sessions will be set-up with various stakeholders, with debriefs in each of the zones but also to Health Sector Committee (HSC), UNICEF, and other interested parties in Nairobi.
The consulting organization is to recommend the study methodologies to engage and complete this TOR. The methodology should be detailed out in the application addressing the objectives and following among other information:
· Based on the finding from the mapping and size estimation exercise and using same methodology to allow for comparability of findings;
· Sample size, sampling methods;
· Mechanism for monitoring;
· Assumptions, formulas used to extrapolate;
· Analysis plan / Dissemination plan.
· The work plan and schedule of deliverables and reports will be agreed at beginning of the consultancy.
Deliverables
The following are the expected deliverables for the study:
Consultancy technical proposal and work plan, including monitoring and capacity building plan submitted;
· Inception report submitted;
· Draft study report following completion of field data collection;
· Power Point presentation on findings from the completion of the IBBS to partners and stakeholders in both Nairobi and in Somalia/Somaliland;
· Final study report following the receipt of comments on the draft report from partners including recommendations to support HIV and AIDS interventions for FSWs and their clients’ in Somalia and how to strengthen access to critical prevention, treatment, care and support services for FSWs and their clients;
· Final report of the consultancy highlighting the lessons learned and recommendations for future studies on KP in Somalia/Somaliland;
· Findings of the study in a format for publication in recognized international journals according to UNICEF policy and regulations.
Duration
The assignment will not exceed 125 working days. The institution will be expected to commit himself/herself to undertake the assignment on agreed dates. This is a task-based assignment and the consultants/institution shall be expected to confirm availability within the agreed time frame.
Remuneration
Approved consultancy fees will be paid on satisfactory completion of the deliverables as detailed below:
· Gather baseline/background information and prepare the detailed protocol and implementation plan including monitoring plan: (20%)
· Complete fieldwork (25%)
· Produce and share a comprehensive draft report (30%)
· Disseminate the findings and approval of final report by stakeholders (25%)
Qualification requirements
The desired institution will be able to demonstrate previous experience in HIV and STI Integrated Bio-Behavioural Surveillance (IBBS), working in complex environment and high quality reporting.
The following summarizes the key requirements:
Experience in the design, management and analysis of the data;
· Demonstrated experience in conducting similar research with key population/most at risk populations for HIV/AIDS or experienced in health related survey research;
· Demonstrated capacity in the use of statistical packages;
· Very good command of English language as well as excellent facilitation skills;
· Knowledge and understanding of the UN system and capacity to promote consensus and establish positive working relationship. Integrity, tact, discretion and demonstrated sensitivity to cultural differences;
· First-hand knowledge of the socio-cultural, economic and political situation in Somalia will be an added advantage;
· Experienced in liaising with public officials and capable of responding rapidly to ad hoc requests for meetings under tight deadlines;
· Willingness to work in difficult circumstances and travel to Somalia/Somaliland
Conditions of Work
The institution will be spend some time in Nairobi, and travel to Somalia for field work according to agreed work plan to be developed at the beginning of the consultancy. The institution will be solely responsible for making their own travel and accommodation arrangements within Somalia/Somaliland *(*UNICEF can assist where feasible with contact details). The institution should provide their own working tools e g laptops to complete this assignment.
Administrative issues
For planning purposes and to provide a consistent set of parameters under which your response to this request for proposal can best be presented and evaluated, you should use the following assumptions in proposing activities under the scope of work:
UNICEF will sign a contract for 125 working days to be done within 6-7 months with the selected agency. The contract commence on the day of signature by both parties. The actual budget will be negotiated and will be pending availability of funds. We are interested in seeing how agencies can maximize the hypothetical budget across all the activities.
Proposal structure and scoring criteria as per point 1.9
How to apply:
RFP RESPONSE FORMAT
Full proposals should be submitted in English and must be received not later than 16/09/2016 by 10.30 a.m. Nairobi Time. Proposals received after the stipulated date and time will be invalidated.
The proposals should be submitted as follows:-
· Sealed Envelope 1: Technical proposal only without mention of the budget – the envelope should be clearly marked with “RFP No.; Name of Company; Technical Proposal”.
· Sealed Envelope 2: Financial Proposal - the envelope should be clearly marked with “RFP No.; Name of Company; Financial Proposal”.
· Sealed Envelope 3: Outer envelope containing the individual envelopes for Technical & Financial proposals – the envelope should be clearly marked with “RFP No.; Company Name”.
· Please remember to sign the “Request for Proposal for Services Form” on Page 3 of the RFP document and return together with the proposal.
Note: Proposals not submitted in this manner will be invalidated.
BIDS may be hand-delivered or sent by Courier to:-
UNICEF SOMALIA SUPPORT CENTRE OFFICE,
UN GIGIRI COMPLEX, BLOCK Q, GROUND FLOOR
P.O. Box 44145-00100
Nairobi
Bidders are requested to provide details (Name/ID No.) of the persons delivering a day in advance by sending an email to somsupply@unicef.org to facilitate clearance to enter the UN complex. Due to the nature of this RFP, there will be no public opening of proposals and responsible officers will open technical proposals when the specified time has arrived mS