
Lutheran World Federation
TERMS OF REFERENCE (TOR): End-line evaluation for ‘Promoting Resilience and Peaceful Co-existence for Climate Crisis Affected Communities in Somalia’ project.
Duration: 21st August 2024 to 15th September 2024.
Area of Assignment: (Puntland, Somaliland, Jubaland, South west state and Banadir region) of Somalia.
- INTRODUCTION AND BACKGROUND
Somalia’s prolonged humanitarian crisis is marked by recurrent climate shocks like droughts, floods and tropical storms, compounded by conflict and insecurity. Extreme weather events destroy crops and kill livestock, disrupting livelihoods. This worsens hunger and drives internal displacement, as people abandon failed farmlands and pastures – as in the 2020-2023 drought, which caused 1.8 million displacements from December 2020 to May 2023. In late 2023, with Somalia still suffering the after-effects of drought and a quarter of the population still facing acute hunger, the El Niño climate event brought flash floods that swamped communities along the Juba and Shabelle rivers.
It is against this background that the ACT Alliance Somalia Forum (ASF), comprising of the LWF WS, DKH, DS, FCA, NCA and Bread for the World (BftW), is committed to support community’s capacities to mitigate the effects of climate change, focusing on their respective thematic sectors. Through a Consortium Project, the we intervene in the crisis employing a humanitarian- development-peace nexus approach, leveraging resources, skills, and expertise of individual members and linking with local partners and institutions (including community-based organizations and government institutions) as key partners in advancing the initiative.
- OVERALL, PURPOSE OF THE CONSULTANCY
The primary objective of this Request for Proposals is to identify potential bidder(s) for the execution of an End line evaluation. The evaluation aims to comprehensively assess the extent to which the project has achieved the intended and/or unintended outcomes, provide in-depth analysis and understanding of why certain intended or unintended outcomes have or have not occurred, analyses the challenges encountered, and document lessons for improving future projects implementation.
- OBJECTIVES OF THE ASSIGNMENT
The assignment has the following objectives;
- Harvest outcomes realized in the 2 year of the project.
- To assess the extent to which the project has achieved its objectives.
- Assess the project progress towards achieving relevance, coherence, effectiveness, efficiency, impact, and sustainability with special emphasis on the evaluation’s Key questions.
- Document lessons learned, best practices, challenges encountered, and put forth practical recommendations for future program improvement
The results of this evaluation will influence implementation of the project’s in the second phase.
- SCOPE OF WORK
Period under review; The evaluation is anticipated to encompass the project duration from 1st September 2022 to 31st August 2024.
Geographical Coverage: The evaluation will cover the following specific areas:
State Region District
Puntland Bari Iskushuban
Southwest Bay and lower Shabeele Baidoa and Afgooye districts
Somaliland Waqooyi Galbeed and Togdheer Hargeisa and Burco
Jubaland Lower Juba ,Gedo Kismayo,Beledhawo, Buur-dhuubo, Baardhere and Luuq.
Banadir Banadir Kaxda and Garasbaley
Thematic Priorities: The end line evaluation will focus on specific interventions under the four identified thematic areas; Education, Livelihood, WASH (Water, Sanitation, and Hygiene), and Peacebuilding.
Target Beneficiary Category and Stakeholders: All target beneficiary categories and relevant stakeholders outlined in the project documents. This includes a thorough evaluation of the impact on and engagement with these groups throughout the project implementation.
The End line evaluation will employ mixed methods, incorporating both quantitative and qualitative approaches based on the OECD DAC criteria. The consultant(s) will use a gender-responsive and inclusive methodology to ensure the perspectives of women, youth, and other marginalized groups are adequately captured. The consultant(s)/firm is encouraged to expand on these criteria using key evaluation questions to assess various aspects comprehensively.
Potential methodologies may include:
- Household surveys
- Key informant interviews
- Focus group discussions
- Comprehensive document reviews
- Analytical assessments
- Case studies
- Participatory observations
- Feedback from fieldwork
- Documentation of best practices and lessons learned
The consultant(s)/firm will recommend a preferred methodology that prioritizes inclusivity, active participation, and adherence to ethical considerations. As LWF is a CHS-certified organization, the nine Core Humanitarian Standards (CHS) commitments will guide and complement the OECD DAC criteria during the evaluation. For more information, refer to the Core Humanitarian Standard.
The consultant will be responsible for preparing and submitting the following deliverables;
- An inception report.
- A draft report of the findings submitted to LWF program team for feedback (including related materials from interviews conducted).
- A final report written in English (soft copy), maximum 50 pages including findings, best practices, lessons learned, recommendations. The structure and format of the final report will be agreed upon by LWF and the consultant.
PART A: TECHNICAL PROPOSAL
- The Technical Proposal shall be straightforward and concise, describing how the consultant intends to carry out and deliver on the abovementioned task. No cost or pricing information is to be included in the technical proposal.
- Technical proposals are limited to 15 pages in total. Organizational Information, CVs of proposed personnel, and examples of previous relevant work are to be included in an Annex. The page limitation does not include key personnel resumes, dividers, and past performance report forms. Bidders are encouraged to provide an Annex, or “portfolio,” of samples demonstrating experience performing similar activities. The Annex can include copies of photographs, other visual representations, and media/social media clippings. The Annex should not exceed ten pages.
The technical proposal shall be formatted using the following sections:
Technical Approach– Narrative not to exceed five (5) pages.
- The bidder shall demonstrate his/her understanding, ability, and overall approach to perform the requirements described in the Scope of Work/Tasks/Activities. S/he shall clearly explain how they propose to structure, design, manage, and execute the work required that meets LWF objectives.
- The Technical Approach must include a timeline or Gantt chart of the deliverables required to execute this project.
Capability Statement – Narrative – not to exceed two (2) pages.
- The bidder shall demonstrate his/her specialized competence about the requirements of the tasks/activities. S/he shall demonstrate they have the necessary personnel to successfully comply with the contract requirements and accomplish the deliverables.
Past Performance – Narrative not to exceed five (3) pages.
- The Bidder shall provide at least three (3) examples of past performance of implementing similar projects. The past performance examples must be within the last three (3) years and similar in scale and relevance. S/he must provide references for each example, including the reference’s name, title, phone number, and email address.
- The firm’s technical lead person/ individual consultant must have at least a master’s degree or PhD in climate change, environmental science, Dryland agriculture, or related qualifications, with extensive expertise and experience in evaluating development programs. The firm technical lead person should have at least 10 years of experience working with international organizations and donors on monitoring, and evaluations or climate change-related programs, with particular experience in the context of Somalia.
Personnel/Staffing – A narrative not to exceed two (2) pages.
- A summary describing the proposed staff for the project, including up to three team members. The summary shall include names, relevant qualifications of similar experience, and the proposed role for each individual. A Project Manager must be identified with a minimum of five years’ experience in related project management.
- The bidder must also include the CVs of the key staff members involved in the Project, including the Project Managers and up to 3 Team members. Each CV should not exceed three (3) pages.
PART B: Financial PROPOSAL
- The bidder shall propose a realistic and reasonable cost for this work.
- The cost should be in dollar and include all applicable local taxation. The financial proposal shall list all costs associated with the assignment.
- Items described in the technical proposal but not priced shall be assumed to be included in the prices of other items or at the consultants own cost.
- EVALUATION CRITERIA
- This solicitation is open to individuals or local firms/companies registered in Somalia, specializing in research.
- The selected Consultant will be responsible for designing and executing all activities outlined in this Request for Proposal in coordination with LWF.
- Proposals will be evaluated using the quality and cost-based selection, with a total score calculated out of 100% of which 80% is the weight of the technical proposal and 20% is the weight of the financial proposal.
Proposals meeting the mandatory requirements will be evaluated for technical merit based on the criteria in the below chart. Those proposals scoring 65 points or higher (out of 80 points) will be considered for cost-effectiveness Section
Description
Maximum
Points
Technical Approach
Proposed structure, design, and approach to
conducting the survey. (25 points)
Timeline or Gantt chart of the activities required for execution. (10points)
35
Capability Statement
Demonstrate the necessary organizational systems
and personnel to successfully comply with the contract requirements andaccomplish the expected results. (15 points)
15
Past Performance
- Inclusion of at least threerelevant past
performance examples of similar projects. (10 points)
- References provided by past clients for these examples and their evaluation of the bidder’s ability to deliver on time and within quality and budget expectations. (5 points)
15
Personnel/Staffing
Qualifications andpast relevant experience of the
lead consultant and up to 3 teammembers proposed to perform the requirements of this scope of work. (15 points)
15
**Technical Evaluation Threshold (**Only offers thatreceive a technical evaluation score
of 65 and above points (out of 80) willbe considered for cost evaluation.)
Cost Evaluation
The financial proposal willbe evaluated usingthe
following formula:
FS=20*lowest price/F, whereFS is the financial score, and F is the proposal’s price under consideration.
20
Total Points
100
- MANAGEMENT OF THE CONSULTANT
The Consortium will be responsible for:
- The program manager of LWF will have overall responsibility for contract management.
- The consultant will work directly and closely with the ASF Forum coordinator, who will coordinate with consortium project focal persons.
- Consortium members will provide the consultant with necessary documents (progress reports, approved proposals, baseline and mid-line evaluations, etc.) and facilitate access to project sites and stakeholders, including local partners and community representatives.
The consultant(s) will be responsible for:
- Developing the detailed evaluation methodology and tools.
- Collecting and analyzing data, ensuring ethical principles and safeguarding measures are in place.
- Preparing the inception report, draft evaluation report, and final evaluation report.
- Presenting the evaluation findings to consortium partners.
How to apply
Interested and qualified consultant(s) should submit their technical and financial proposals to [email protected] with the e-mail subject line clearly marked; DF 6241- Endline Evaluation Survey. The deadline for submission is 15th august 2024.