BASELINE EVALUATION FOR RESILIENCE, HEALTH AND RIGHTS: SUSTAINABLE SOLUTIONS AND SUPPORT TO VULNERABLE DISPLACED AND HOST COMMUNITIES INNORTHERN KENYA

  • Contractor
  • Nairobi Kenya
  • TBD USD / Year
  • Kenya Red Cross profile




  • Job applications may no longer being accepted for this opportunity.


Kenya Red Cross

1. Summary of the survey

1.1. Purpose: To conduct a project baseline survey targeting vulnerable displaced population and Host Communities in Northern Kenya to provide benchmark statistics that will enable tracking of project results.

1.2. Partners: Kenya Red Cross, Danish Red Cross, Grassroot Economics, the Centre for Rights Education and Awareness (CREAW) and respective County governments.

1.3. Duration: The baseline survey will be carried out by an independent consultant, and is expected to take 30 calendar days

1.4. Estimated Dates: 1st to 31st July 2022

1.5. Geographical Location: Kalobeyei and Kakuma in Turkana; North Horr, Saku and Moyale in Marsabit; Mandera north and East in Mandera; Wajir West in Wajir; Daadab, Lagdera and

Mbalambala in Garissa Counties.

1.6. Target Population: Displaced populations and host communities in Northern Kenya.

1.7. Deliverables: Proposal detailing the methodology, data collection tools, data sets, draft report, presentations and final report

1.8. Methodology: The bidder to propose most suitable study design, sampling methods, sample size, data collection and analysis approaches that is suitable for this project at baseline

1.9. Evaluation Management Team: KRCS MEA&L and program representatives, and DRC representative

2. Background Information

Currently, Kenya hosts 534,622 registered refugees and asylum seekers from neighboring countries mainly Somalia and South Sudan. Turkana and Garissa counties host over 90% of the refugees in the country who demographically largely consist of women and children. Kenya stopped registering more refugees and with the COVID impact hitting hard in Somalia and South Sudan a surge of unregistered refugees has been reported in both Dadaab and Kakuma. KRCS has registered a 144% increase in the number of refugees attending along the western refugee transit corridor, a clear indication that more refugees are flocking to the country.

The refugee situation is compounded by existing challenges in the host communities in the form of high levels of food insecurity, poverty and youth unemployment combined with recurrent disasters and rising levels of conflict leading to further displacement and disruption of livelihood opportunities. The frontier sub-counties in Turkana, Marsabit, Wajir, Mandera and Garissa (project target counties), bordering South Sudan, Ethiopia and Somalia, are especially and disproportionately affected by these issues. Health and mental well-being of the target group is deteriorating and has been significantly affected by the current pandemic putting a strain on the already limited existing healthcare services. Lack of access to these services hindering the ability and capabilities of these populations to improve their livelihoods.

Through the Resilience, Health and Rights project, KRCS in partnership with the Danish Red Cross (DRC) and other partners seek to develop practical solutions to these challenges by mitigating the social, economic and health impacts of COVID-19: 1) Social (rights and social cohesion); 2) Economic (livelihood opportunities and cash/community inclusion currencies) and; 3) Health (primary health including MHPSS and SGBV prevention and management) in the frontier counties. The approaches taken involves a longer-term inclusive Whole of Society approach, a Dignity, Access, Participation and Safety (DAPS) approach, and a rights-based approach addressing structural issues facing people affected by displacement[1] through an advocacy component.

The project will mainly work with women, girls (as described) and persons with disabilities, who face severe obstacles in accessing basic services including medical care and who are limited in their opportunity to generate an income. However, the project will also support other vulnerable groups (e.g., ethnic minorities, LGBTQi+ communities and others, who may also be embedded in the main target group).

Project Goal: Contribute to longer-term resilience, access to services and rights for the most vulnerable refugees, IDPs and host communities especially women and girls, people with disabilities and LGBTQi+ in Turkana, Marsabit, Mandera, Wajir and Garissa.

Immediate Objective/Outcome 1: Vulnerable target communities are using markets for enhanced livelihoods.

Output 1.1: Cash or Community Inclusion Currency interventions have been implemented amongst targeted communities

Output 1.2: Targeted communities trained in locally adapted Income Generating Activities (IGA)

Output 1.3: Peacebuilding and social cohesion events are held for enhanced trade between target groups

Immediate Objective/Outcome 2: Vulnerable target groups have improved health and wellbeing

Output 2.1: Primary health care, SGBV referrals and MHPSS services provided through existing health care in camps and settlements

Output 2.2: Humanitarian Service Points for health care, SGBV referrals and MHPSS services established for underserved target groups

Output 2.3: Awareness campaign on risks related to health, diseases and SGBV completed

Immediate Objective/Outcome 3: The most vulnerable groups have improved conditions in camps/settlements as a result of (government) policy change and increased awareness among displacement affected groups on their rights

Output 3.1: Advocacy and engagement strategy designed and implemented at national and local level for strengthening refugees’ access to services and livelihood opportunities

Output 3.2: Awareness raising activities on the rights and legal status in and outside camp and

settlement settings

3. Baseline Survey Objectives

  1. Establish baseline information against the project’s log frame indicators at community level which will be used as a threshold for this project to assess outcomes and impact.
  2. To document the current community engagement and accountability mechanisms in the target project area.
  3. To establish the correctness and feasibility of the project’s intervention logic / and further suggest improvements improvement and alterations to the project’s logic to the extent possible.
  4. To develop key recommendations that will inform implementation of the project

4. Key Survey Questions

Survey Objective 1:

  • What is the current coverage of the log frame indicators at baseline?
  • Does the coverage differ across the 5 target counties?
  • Does the coverage differ across target groups?
  • Are there additional indicators to assess that will add value to project processes?
  • Is there a need to review the targets based on the findings?

Survey objective 2:

  • Is the project relevant to the community? What’s the community’s perception of the project’s importance to their wellbeing? How should the community be made to understand the project?
  • What are the existing complaints and feedback mechanisms in the community? Do the community know how they can reach KRCS in case of complaints or feedback about the project?
  • What would be the preferred means of communicating complaints/feedback between KRCS and the community? How does this differ with marginalized and at-risk communities? How do we ensure effective safeguarding practices? How do we an enable an environment where individuals are able to submit complaints freely and without fear or stigma? Etc.

Survey Objective 4:

  • Are there any lessons learnt and good practices that can be used to optimize the outcomes proposed for the project?

The table below shows the overall logical framework with all the indicators that may not be necessarily be measured at baseline but meant to give a general view of the project. The bidder may derive additional questions based on the logical framework relevant at baseline. The bidders should be open to any additions during the inception phase to capture relevant information that will enhance implementation approaches.

Intervention logic

Indicators

Impact/Goal (Overall Objective):

The project will contribute to build longer-term resilience, access to services and rights for the most vulnerable refugees, IDPs and host communities especially women and girls, people with disabilities and LGBTQi+ in Turkana, Marsabit, Mandera, Wajir and Garissa.

Proportion of population living below the national poverty line, disaggregated by sex and age.

Outcome 1:

Vulnerable target communities are using markets for enhanced livelihoods.

Percentage of targeted households accessing basic commodities from local markets

Percentage of market traders able to meet demand for key commodities/goods/services

Output 1.1: Communities in six informal settlements in Nairobi have improved

knowledge of and skills to address and

manage key urban risks

Number of targeted households reached with cash or CIC interventions

Percentage of targeted households satisfied with CIC or cash delivery mechanisms

Output 1.2: Targeted communities trained in locally adapted Income

Generating Activities (IGA)

Number of people trained in establishing preferred IGAs disaggregated by age, gender and disability

Number of people implementing IGAs

Output 1.3: Peacebuilding and social cohesion events are held for enhanced trade between target groups

Number of peacebuilding and social cohesion events held or supported

Number of people freely participating in the events

disaggregated by age, gender and disability

Outcome 2: Vulnerable target groups

have improved health and wellbeing

Percentage of targeted beneficiaries reporting access to healthcare services

Output 2.1: Primary health care, SGBV referrals and MHPSS services provided through existing health care in camps and settlements

Percentage of effective referrals SGBV referrals made through existing healthcare services in camps and settlements

Number of people reached with MHPSS disaggregated by age, sex and disability

Output 2.2: Humanitarian Service Points for health care, SGBV referrals and MHPSS services established for underserved target groups

Number of humanitarian service points and

comprehensive one stop SGBV centers established/supported

Number of people reached through the service points

disaggregated by age, sex and disability

Output 2.3: Awareness campaign on risks related to health, diseases and SGBV completed

Number of health, diseases and SGBV campaigns conducted

Number of people reached through the campaigns

disaggregated by age, gender and disability status

Outcome 3: The most vulnerable groups

have improved conditions in camps/settlements as a result of

(government) policy change and increased awareness among displacement affected groups on their rights

Percentage of refugees satisfied with camps/settlements conditions

Percentage of refugees aware of their rights and legal status

Output 3.1: Advocacy and engagement strategy designed and implemented at national and local level for strengthening refugees’ access to services and livelihood opportunities

Number of refugee policies reviewed and implemented

Output 3.2: Awareness raising activities on the rights and legal status in and outside camp and settlement settings

Number of beneficiary committees established to lead community centered advocacy

Percentage of complaints and feedback fully addressed

5. Methodology

The bidder to propose most suitable study design, sampling methods, sample size, data collection and analysis approaches that is suitable for this project at baseline. The bidder should give a justification on the sampling frame, propose sample size determination formulae and clearly show the proposed sample size and how it was derived. This should be clearly outlined in the bidding document/proposal and if qualified to oral stage to have further discussion with the evaluation management team. The bidder can also propose targeted respondents to interview or data sources that can answer the log frame indicators and provide comparable statistics (meaningful comparison between baseline and end line) to document any changes. The baseline survey will use the following literature and any other for reference and to inform the evaluation process further:

  • Project proposal and log frame
  • Existing project reports by the time of data collection.
  • Documents, policies and frameworks by partners, county and national government

6. Evaluation Quality & Ethical Standards

The bidder shall take all reasonable steps to ensure that the evaluation is designed and conducted to respect and protect the rights and welfare of the people and communities involved through the use of informed consent and other support tools and to ensure that the evaluation is technically accurate and reliable, is conducted in a transparent and impartial manner, and contributes to organizational learning and accountability. Therefore, the evaluation team shall be required to adhere to the evaluation standards and applicable practices as recommended by International Federation of Red Cross and Red Crescent

Societies.

  • Utility: Evaluations must be useful and used.
  • Feasibility: Evaluations must be realistic, diplomatic, and managed in a sensible, cost-effective manner.
  • Ethics & Legality: Evaluations must be conducted in an ethical and legal manner, with regard for the welfare of those involved in and affected by the evaluation.
  • Impartiality & Independence; Evaluations should be impartial, providing a comprehensive and unbiased assessment that takes into account the views of all stakeholders.
  • Transparency: Evaluation activities should reflect an attitude of openness and transparency.
  • Accuracy: Evaluations should be technical accurate, providing sufficient information about the data collection, analysis, and interpretation methods so that its worth or merit can be determined.
  • Participation: Stakeholders should be consulted and meaningfully involved in the evaluation process when feasible and appropriate.
  • Collaboration: Collaboration between key operating partners in the evaluation process improves the legitimacy and utility of the evaluation.

It is also expected that the evaluation will respect the seven Fundamental Principles of the Red Cross and Red Crescent: 1) humanity, 2) impartiality, 3) neutrality, 4) independence, 5) voluntary service, 6) unity, and 7) universality.

7. Qualifications and Experience for Consultants

  • The lead consultant must have a background in public health, social sciences, community development or related field. (At a minimum of Master’s degree level) with proven experience in one of these fields: resilience and livelihoods, MHPSS, SGBV, policy and advocacy, CEA.
  • Has conducted an evaluation and published a report in the field of resilience and livelihoods or MHPSS or SGBV or policy and advocacy program, innovation etc.
  • Demonstrable experience in conducting high quality evaluations for related projects in the past 3 years (sample reports will be required during the oral stage of bid analysis).
  • Experience of conducting field assessments/working in the targeted regions.
  • High level of professionalism and an ability to work independently under tight deadlines.
  • Strong interpersonal and communication skills
  • The team must have a statistician able to analyse quantitative and qualitative data as well as key technical team members (experts) to handle specific key components (MHPSS, DRR, Migration, SGBV, CEA, Policy and advocacy etc) of the project at evaluation stage.
  • Firm must have experience in using mobile phone technology for data collection.
  • The lead consultant must have strong analytical skills and ability to clearly synthesize and present findings, draw practical conclusions, make recommendations and to prepare well-written reports.
  • Availability for the period indicated.

8. Management of the evaluation

Duration: The baseline will begin on 1st July 2022 and the deliverables will be provided to the KRCS on 31st July 2022.

Deliverables:

  1. Methodology proposal detailing the baseline survey design, sampling methodology & sample frame, survey tools, agreed budget and work plan.
  2. Copies of original and cleaned data sets with codebook. The raw data, the database which has been cleaned (both qualitative and quantitative, including original field notes for in-depth interviews and focus group discussions, as well as recorded audio material), should be submitted together with the report. A simple inventory of material handed over will be part of the record. KRCS & DRC will have sole ownership of all final data and any findings shall only be shared or reproduced with the permission of KRCS.
  3. Draft baseline Report that will culminate in the final baseline report with the following elements:
  4. A power point presentation highlighting key findings from the baseline will be presented at a feedback meeting to be held after completing the draft report. The bidder will be expected to disseminate the survey findings at the forums that will be organized by KRCS.
  5. Final Baseline Survey Reports – submit at least 3 hard copies and one electronic copy of the report by the agreed timeline.

Baseline Evaluation Management Team:

The Survey management team will be composed of the Kenya Red Cross Program steering committee and the consulting team. The DRC and Grassroots team will be invited to meetings and review of documents. KRCS M&E representatives will lead the team.

Role of KRCS (Project and M&E team)

  • Lead the recruitment and survey process
  • Coordinate the assessment implementation process through the KRCS M&E unit
  • Review of assessment products including tools and reports
  • KRCS will organize logistics for the assessment team
  • Avail data collectors within agreed criteria
  • Avail of all necessary documents for desk review
  • KRCS will be the link between the community and the consultant
  • Custodian of all data generated from the assessment
  • Organize dissemination forums as necessary

Role of Danish Red Cross

  • Participate in the TOR development, inception report and tools review.
  • Review and give feedback on all the reports submitted
  • Final approval of the report

9. Application Requirements

Application materials shall include:

  • A written response to this TOR in terms of a proposal detailing the technical understanding of the task, proposed methodologies of the evaluation, expected activities and deliverables, proposed work plans with schedule, and financial bids. See Annex 1
  • Detailed CVs of all professional (s) who will work on the evaluation. If there is more than one contractor on the proposed evaluation team, please attach a table describing the level of effort (in number of days) of each team member in each of the evaluation activities. See Annex 3
  • Professional references: please provide at least three reference letters from your previous clients and full contact details of the referees.
  • At least 2 evaluation reports/summary undertaken of similar programmes and context

10. Submission of proposal

The Technical Proposal MUST be prepared in conformance to the outline provided in Annex 1 while the financial proposal shall conform to the template provided in Annex 2. Team composition should conform to Annex 3

The bidders MUST provide a technical and financial proposal in two separate folders clearly marked “Technical Proposal +Name of the bidder” and “Financial Proposal +Name of the bidder” and the email subject be marked­ “Tender No. PRF09279Resilience, Health and Rights: Sustainable Solutions and Support to Vulnerable Displaced and Host Communities in Northern Kenya”

The proposals must be sent on mail to [email protected] by 15th June 2022 at 11:00 AM.

Tenders will be opened immediately thereafter in the presence of the bidders or their representatives who choose to attend our online tender opening meeting on the same day at noon. Interested bidders to confirm participation on mail [email protected] and thereafter we will share the Teams link for the meeting.

ANNEX 1: RESPONSE PROPOSAL FORMAT

  1. Introduction: description of the firm, the firm’s qualifications and statutory compliance (1 page)
  2. Back ground: Understanding of the project, context and requirements for services, Key questions (2 pages)
  3. Proposed methodology – Indicate methods to be used for each indicator and highlight any areas where indicators may need adjustment. The targeted respondents should be indicated for each indicator. Proposed detailed questions should be indicated. Detailed sampling procedure needs to be indicated. (5 pages)
  4. Firms experience in undertaking assignments of similar nature and experience from the geographical area for other major clients (Table with: Name of organization, name of assignment, duration of assignment (Dates), reference person contacts-2 pages
  5. Proposed team composition (As per annex 3)-1 page
  6. Work plan (Gantt chart of activity and week of implementation)-1 page

ANNEX 2: BUDGET TEMPLATE

The consultant shall only quote for the items below as KRCS will manage all other related costs

(Logistics and payment of enumerators)

Item

Unit

# Of

Units

Unit

Cost

Total Cost (Ksh.)

Consultancy Fee (for the whole evaluation period)

Per day

Office expenses (Printing, photocopy, binding, communication costs etc.)

lump sum

Grand Total

ANNEX 3: PROPOSED TEAM COMPOSITION TEMPLATE

Name of Team Member

Highest Level

of

Qualification

General Years of Experience related to the task at

hand

Number of days to be engaged

Roles under assignment

this

ANNEX 4: TENDER EVALUATION CRITERIA

A three-stage evaluation procedure will be used to evaluate all proposals from bidders. The total number of points which each bidder may obtain for its proposal is:

  • Technical Proposal 60 marks
  • Oral presentation 30 marks
  • Financial Proposal 10 marks

Mandatory Requirements

The proposal shall be evaluated on the basis of its adherence to the following compulsory requirements, this applies to both local and international firms or individuals. The documents required to proceed to the technical stage include:

  • A valid tax compliance certificate
  • Certificate of incorporation/registration (Only applicable for firms)
  • PIN certificate

1. Evaluation of the Technical Proposal

The technical proposal shall be evaluated on the basis of its responsiveness to the TOR. Specifically, the following criteria shall apply:

Evaluation Criteria

Maximum

Possible

Points

Bidders score

Remarks

(1) Introduction:

● Description of the Firm and the Firm’s

Qualifications

5

(2) Background: Understanding of the project,

context and requirements for services

10

(3) Proposed Methodology: The proposed methodology MUST provide an indication of its effectiveness and added value in the proposed assignment.

20

(4) Firms Experience in undertaking assignments of similar nature and experience from related geographical area for other major clients

● Provide a summary and supporting information on overall years of experience, and related technical and geographic

coverage experience

10

(5) Proposed Team Composition:

  • Tabulate the team composition to include the general qualifications, suitability for the specific task to be assigned and overall years of relevant experience to the proposed assignment.
  • The proposed team composition should balance effectively with the necessary skills and competencies required to undertake the proposed assignment.
  • Lead Consultant Qualifications – should be as per the TOR
  • **Mandatory-**required expertise.

10

(6) Work Plan: A Detailed logical, weekly work plan for the assignment MUST be provided.

5

TOTAL SCORE

60

Total scores of the technical bid analysis shall be converted to a denominator of 60. Top three firms will go to the orals stage or as recommended by the EMT. Only firms that demonstrate technical capacity to undertake the assignment will proceed to financial opening.

2. Oral presentation

Criteria

Score

Remarks

Understanding of the assignment (5 Marks)

Clear and scientific methodology (20 Marks)

Presentation of previous similar assignment (Consultant will be required to show/present 2 previous completed assignments at the oral stage) (5 marks)

3. Evaluation of the Financial Proposal

The Financial Proposal shall be prepared in accordance to Annex 2. The maximum number of points for the Financial Proposal shall be 10% (10 points). This maximum number of points will be allocated to the lowest Financial Proposal. All other Financial Proposals will receive points in inverse proportion according to the below formula:

Points for the Financial Proposal being evaluated = (Maximum number of points for the financial proposal) x (Lowest price)/Price of proposal being evaluated

The bid obtaining the highest score at financial stage is the winning bid. This will be subject to the available budget or recommendations by the EMT.

[1] The term ‘people affected by displacement’ will be used cover internally displaced persons; asylum seekers and refugees, including unregistered migrants who live without formal access to basic services and humanitarian assistance) in Kalobeyei, Kakuma and Dadaab; and the communities that host them in the sub-counties, who themselves are subject to vulnerabilities related to lack of livelihood opportunities and access to basic services, food insecurity, poverty, conflict and violence.

How to apply

Bidders should provide a technical and financial proposal in two separate folders clearly Marked “Technical Proposal + Name of bidder” and “Financial Proposal + Name of bidder” both of which should then be sent to [email protected] with the subject reading Tender No. PRF09279 Resilience, Health and Rights: Sustainable Solutions and Support to Vulnerable Displaced and Host Communities in Northern Kenya”

The proposals should be addressed as indicated above to reach the under signed by 15th June 2022 at 11.00 a.m. for the tender to be opened at 12.00 noon.Any bid received by KRCS after this deadline will be rejected. Tenders will be opened immediately thereafter in the presence of the candidates or their representatives who choose to attend our online tender opening meeting on the same day at noon. Interested bidders to confirm participation on mail [email protected] and thereafter we will share the zoom link for the meeting.


Job Notifications
Subscribe to receive notifications for the latest job vacancies.