Final Evaluation

DanChurchAid

REQUEST FOR PROPOSAL

Final Evaluation

Ref. # 65/2022

Date of issue:

25/10/2022

Reference no.:

65/2022

Contract title:

Final Evaluation

Closing date:

06/11/2022

Contracting Authority:

DCA

Contact person: Nadine Bannourah

Tel: 0546193310

Fax: 02-5825638

Email: [email protected]

DANCHURCHAID IS AN INDEPENDENT, FAITH-BASED NON-MISSIONARY HUMANITARIAN AND DEVELOPMENT NON-GOVERNMENTAL ORGANIZATION (NGO). DCA INVITES CANDIDATES TO SUBMIT A PROPOSAL FOR Final Evaluation

Dear Sir/Madam,

The Service is required for Final Evaluation. Please find enclosed the following documents which constitute the Request for Proposal:

A – Instructions

B – Draft Contract including annexes

Annex 1: Terms of Reference

Annex 2: Proposal Submission Form (to be completed by the Candidate)

Annex 3: General Terms and Conditions for Service Contracts – Ver3 2020

Annex 4: Code of Conduct for Contractors

If this document is a PDF format, upon request, a complete copy of the above documents can be forwarded in a WORD format for electronic completion. It is forbidden to make alterations to the text.

We would be grateful if you inform us by email of your intention to submit a proposal.

A. Instructions

In submitting a proposal, the Candidate accepts in full and without restriction the special and general conditions including annexes governing this Contract as the sole basis of this procedure, whatever his own conditions of services may be, which the Candidate hereby waives. The Candidates are expected to examine carefully and comply with all instructions, forms, contract provisions and specifications contained in this Request for Proposal.

  1. Scope of services

The Services required by the Contracting Authority are described in the Terms of Reference in Annex 1.

The Candidate shall offer the totality of the Services described in the Terms of Reference. Candidates offering only part of the required Services will be rejected.

  1. Cost of proposal

The Candidate shall bear all costs associated with the preparation and submission of his proposal and the Contracting Authority is not responsible or liable for these costs, regardless of the conduct or outcome of the process.

  1. Eligibility and qualification requirements

Candidates are not eligible to participate in this procedure if they are in one of the situations listed in article 33 of the General Terms and Conditions for Service Contracts – Ver3 2020.

Candidates shall in the Proposal Submission Form attest that they meet the above eligibility criteria. If required by the Contracting Authority, the Candidate whose proposal is accepted shall further provide evidence satisfactory to the Contracting Authority of its eligibility.

As a rule, the timely arrival of a proposal with the Contracting Authority is the Candidate’s responsibility. Irrespective of the reason, proposals arriving after the deadline for the submission of proposals, will be considered late and thus rejected.

Candidates are also requested to certify that they comply with the Code of Conduct for Contractors.

  1. Exclusion from award of contracts

Contracts may not be awarded to Candidates who, during this procedure:

  1. are subject to conflict of interest
  2. are guilty of misrepresentation in supplying the information required by the Contracting Authority as a condition of participation in the Contract procedure or fail to supply this information
  3. Documents comprising the Request for Proposal

The Candidate shall complete and submit the following documents with this proposal:

  1. Proposal Submission Form (Annex 2) duly completed and signed by the Candidate
  2. CV. highlighting the Candidate’s experience in the specific field of the Services and his/her specific experience in the country/region where the Services are to be performed.

The proposal and all correspondence and documents related to the Request for Proposal exchanged by the Candidate and the Contracting Authority must be written in the language of the procedure, which is English.

  1. Financial proposal

The Financial Proposal shall be presented as an amount in USD in the Proposal Submission Form in Annex 2. The remuneration of the Candidate under the Contract shall be determined as follows:

Global price: The Candidate shall indicate in his/her proposal his/her proposed global remuneration for the performance of the Services. The Candidate shall be deemed to have satisfied himself as to the sufficiency of his/her proposed global remuneration, to cover both his/her fee rate, including overhead, profit, all his/her obligations, sick leave, overtime and holiday pay, taxes, social charges, etc. and all expenses (such as transport, accommodation, food, office, etc.) to be incurred for the performance of the Contract. The proposed global remuneration shall cover all obligations of the successful Candidate under the Contract (without depending on actual time spent on the assignment) and all matters and things necessary for the proper execution and completion of the Services and the remedying of any deficiencies therein.

The Project is VAT Exempt, and the successful Candidate must provide a Zero VAT Invoice attached with a valid deduction at source certificate.

  1. Validity

Proposals shall remain valid and open for acceptance for 120 days after the closing date.

  1. Submission of proposals and closing date

Proposals must be received at the address mentioned on the front page by email not later than the closing date and time specified on the front page.

  1. Evaluation of Proposals

The evaluation method will be the quality and cost-based selection. A two-stage procedure shall be utilised in evaluating the Proposals; a technical evaluation and a financial evaluation.

Proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights of 70% for the Technical Proposal; and 30% for the offered price. Each proposal’s overall score shall therefore be: St X 70% + Sf X 30%.

Technical evaluation

For the evaluation of the technical proposals, the Contracting Authority shall take the below criteria and weights into consideration.

The Contracting Authority reserves the right to discard offers below a technical score of 80 points.

Technical evaluation

Maximum Points

Candidate

A

B

C

D

E

Expertise of the Candidate submitting proposal

1

(Extent to which any service would be sub-contracted)

5

2

(Availability of quality assurance procedures)

5

3

(Organisation’s specialised knowledge and experience in conducting evaluations in the MENA regional especially in oPt

15

5

(Candidate’s relevant experience in conducting evaluations

10

6

(Candidate’s experience in the oPT e.g. knowledge of Arabic, culture, administrative system, government etc.)

5

Sub-total Candidate and/or Organisation

40

Proposed Organisation and Methodology

1

(To what degree does the proposal show understanding of the task?)

20

2

(Have the Terms of Reference been addressed in sufficient detail?)

20

4

(Is the sequence of activities and the planning logical, realistic and promising efficient implementation to the Contract?)

10

Sub-total Organisation and Methodology

50

Key expert

1

(Relevant academic qualifications)

5

2

(Relevant experience in working on European Union funded project evaluation and assessments.

5

Sub-total Key expert 1

10

Total Technical Score

100

If, before the signing of the Contract, a key expert proposed in the proposal is no longer available the Candidate shall inform the Contracting Authority immediately and the proposal will in such case be considered invalid

Interviews

The Contracting Authority reserves the right to call to interview the Candidates having submitted proposals determined to be substantially responsive.

Financial evaluation

Each proposal shall be given a financial score. The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The formula for determining the financial scores shall be the following:

Sf = 100 x Fm/F, in which

Sf is the financial score

Fm is the lowest price and

F is the price of the proposal under evaluation

Negotiations

The Contracting Authority reserves the right to contact the Candidates having submitted proposals determined to be substantially and technically responsive, to propose a negotiation of the terms of such proposals. Negotiations will not entail any substantial deviation to the terms and conditions of the Request for Proposal, but shall have the purpose of obtaining from the Candidates better conditions in terms of technical quality, implementation periods, payment conditions, etc.

Negotiations may however have the purpose of reducing the scope of the services or revising other terms of the Contract to reduce the proposed remuneration when the proposed remunerations exceed the available budget.

A.12. Award criteria

The Contracting Authority will award the Contract to the Candidate whose proposal has been determined to be substantially responsive to the documents of the Request for Proposal and which has obtained the highest overall score.

  1. Signature and entry into force of the Contract

Prior to the expiration of the period of the validity of the proposal, the Contracting Authority will inform the successful Candidate in writing that its proposal has been accepted and inform the unsuccessful Candidates in writing about the result of the evaluation process.

Within 5 days of receipt of the Contract, not yet signed by the Contracting Authority, the successful Candidate must sign and date the Contract and return it to the Contracting Authority. On signing the Contract, the successful Candidate will become the Contractor and the Contract will enter into force once signed by the Contracting Authority.

If the successful Candidate fails to sign and return the Contract within the days stipulated, the Contracting Authority may consider the acceptance of the proposal to be cancelled without prejudice to the Contracting Authority’s right to claim compensation or pursue any other remedy in respect of such failure, and the successful Candidate will have no claim whatsoever on the Contracting Authority.

  1. Cancellation for convenience

The Contracting Authority may for its own convenience and without charge or liability cancel the procedure at any stage.

B. Draft Contract (Service)

CONTRACT TITLE: Final Evaluation

Reference no.: 65/2022

Instructions to candidates: At this stage of the Request for Proposals this document is for your information and intended to make you aware of the contractual provisions. The information missing in this document will be filled in when a Contractor has been selected, and the “draft” Contract will then become the “final” Contract” between the Contracting Authority and the successful Contractor.

DanChurchAid

(“The Contracting Authority”),

of the one part,

and

(“The Contractor”)

of the other part,

have agreed as stipulated in the attached document:

The Contract is done in English in two originals, one original being for the Contracting Authority and one original being for the Contractor.

For the Contractor

For the Contracting Authority

Name:

Name:

Title:

Title:

Signature:

Signature:

Date:

Date:

This Contract shall be signed and stamped by the Contractor and returned to the DCA/NCA latest within 5 working days from date of receipt.

Special conditions

  1. Scope of services

The subject of the Contract is Final Evaluation of “East Jerusalem Youth Agents of Change”. The “Services” are described in the Terms of Reference

  1. Commencement Date

The Contract shall commence on 08/11/2022.

  1. Period of implementation

The period of implementation of the services is from 08/11/2022 – 29/06/2023

  1. Delivery of Services

The Contractor agrees to deliver Services to the Contracting Authority pursuant to the Contract, which shall conform with the Terms of References, Annex 1, and the price specified in this Contract.

In the event of the Contracting Authority placing a contract, which the Contractor considers it cannot substantially meet because of unavailability of staff or inability to meet the Terms of References, before proceeding to make a partial delivery of the services, the Contractor shall seek further written instructions from the Contracting Authority.

The Contractor shall cover all costs related to the remedy of an unacceptable Service.

The Contractor shall be responsible for providing all the necessary personnel, equipment, materials and supplies and for making all necessary arrangement for the performance of its obligations under this Contract.

  1. Remuneration

Global Price

In consideration for his/her services, the Contractor shall receive a global remuneration of . This global remuneration covers the Contractor’s fee rate, including overhead, profit, all his/her obligations, leave, sick leave, overtime and holiday pay, taxes, social charges, etc. and all expenses (such as transport, accommodation, food, office expenses, etc) to be incurred for the performance of the Contract. The global remuneration covers all obligations of the Contractor under the Contract (without depending on actual time spent on the assignment) and all matters and things necessary for the proper execution and completion of the services and the remedying of any deficiencies therein.

  1. Reporting

The Contractor shall submit reports as specified in the Terms of Reference, Annex 1. The Contractor shall keep the Contracting Authority updated on contract progress on a regular basis

  1. Payment

Payments shall be made in USD by bank transfer to the following account:

Account Number:

Name of Bank:

Address of Bank:

Account name:

Swift Code:

Payment will be made in three instalments:

The first instalment of (30% of the total contract amount) upon signature of the Contract and against receipt of the Contractor’s invoice.

The second instalment of (30% of the total contract amount) will be paid within 30 days after approval of Phase 1 Evaluation report and receipt of the Contractors invoice

The third and last instalment of (40% of the total contract amount) will be paid within 30 days after approval of Phase 2 consolidated report and receipt of the Contractors final invoice.

  1. Tax and social contributions

The Contracting Authority shall have no obligation or responsibility in connection with taxes or levies payable by the Contractor in its country of establishment or in the beneficiary country in connection with its performance of this Contract.

The Project is VAT Exempt, and the successful Candidate must provide a Zero VAT Invoice.

The Consultant shall provide a valid deduction at source certificate, otherwise, the contracting authority will follow the set rate by law at time of payment. (5% of the total contract amount).

  1. Order of precedence of contract documents

The Contract is made up of the following documents, in order of precedence:

  1. This Contract
  2. Terms of Reference (Annex 1)
  3. CV. of Contractor and/or key expert(s)
  4. Proposal Submission Form (Annex 2)
  5. General Terms and Conditions for Service Contracts – Ver3 2020 (Annex 3)
  6. Code of Conduct for Contractors Annex 4

The various documents making up the Contract shall be deemed to be mutually explanatory; in cases of ambiguity or divergence, they should be read in the order in which they appear above.

  1. Language

The language of this Contract, and of all written communications between the Contractor and the Contracting Authority shall be English.

  1. Entry into force and duration

The Contract shall enter into force and effect after signature by both parties of this Contract. The Contract shall remain into force and effect until the end of the liability period as defined in the General Terms and Conditions for Service Contracts – Ver3 2020.

  1. Notices

Any written communication relating to this contract between the Contracting Authority and the Contractor must state the Contract title and Contract number, and must be sent by post, fax, email or by hand to the addresses identified in this Contract.

  1. Data Protection

If DanChurchAid CVR No. 36980214 is recording and processing personal data (such as names, addresses, emails, telephone number and CVs), the data will be processed solely for the purposes of the management and monitoring of the Quotation and the Contract by the Contracting Authority without prejudice to possible transmission to the bodies in charge of monitoring or inspection tasks in application of EU law. In addition, as and when the contract relates to the Contracting Authority’s work outside the EU, transmission of personal data may occur to countries outside of the EU, solely for the purpose of implementing the procurement procedure and the Contract. According to the EU data protection regulation the Candidate has rights related to the information the Contracting Authority processes. Details concerning processing of the Contractor’s personal data and rights are available in the Privacy Policy on https://www.danchurchaid.org/privacy-policy

Annex 1: Terms of reference

Evaluation of “East Jerusalem Youth Agents of Change”

1. Background Information and Rationale

DanChurchAid is an independent, faith-based non-missionary humanitarian and development non-governmental organization (NGO) with headquarter based in Copenhagen, Denmark.

DanChurchAid is rooted in the Danish National Evangelical Lutheran Church but is active wherever we find the need is highest, regardless of religion, gender, political beliefs, race, and national or ethnic origins, handicaps or sexual orientation. Our work is based on a Christian view of humanity with respect for every individual’s rights and equal worth. DanChurchAid carries out its work within the objective: “To help and be advocates of oppressed, neglected and marginalized groups in poor countries and to strengthen their possibilities of a life in dignity”. DanChurchAid’s aim is to strengthen the world’s poorest people in their struggle for a life in dignity. For more information about DCA, please refer to our homepage http://www.danchurchaid.org

In 2016, DanChurch Aid and Norwegian Church Aid started a joint program in Palestine. The project in focus is one of the projects under this program.

Project funding sources: European Union and DCA

Implementing agency and partner(s): The Palestinian Vision (Palvision), EJ-YMCA, Palestinian Heritage Trail and Afkar company

Project duration: 3.5 years42 months starting June 1, 2019 ending November 30th, 2022 and potential extension for component 1 of the project until June 30th 2023.

Description of project: This project includes two (2) LFAs as it has two (2) components.

Component # 1 is a youth-led intervention that will contribute towards preserving the Palestinian character of East Jerusalem (EJ). The project will empower young Palestinian women and men to promote increased understanding of EJ’s social, economic, cultural life, and heritage to generate action that addresses International Humanitarian Law (IHL) and International Human Rights Law (IHRL) violations. The project aims to do this through creating innovative and inclusive online platforms that Jerusalemite youth will use to report on breaches of IHRL and IHL.

Component # 2 is a community-led intervention that will contribute to the development of resilient communities in East Jerusalem enabled to withstand shocks and mitigate protection threats, while preserving the Palestinian character of the city. Alongside enhancing resilience, international advocacy work will target international duty bearers encouraging them to adhere to their third state and third actor responsibilities.

The overall objective of this project (C1): To contribute to preserving the Palestinian character of East Jerusalem (EJ)through empowering young Palestinian women and men to promote increased understanding about EJ’s social, economic, cultural life and heritage, and generate action to counter IHL and IHRL violations.

The overall objective of this project (C2): To contribute to the development of Resilient Communities in East Jerusalem enabled to withstand shocks & mitigate protection threats, while preserving the Palestinian character of the city.

The specific objectives of this project: (C1) SO 1: The social and political spaces for youth in EJ improved. SO 2: Palestinians, and targeted Palestinian and international duty-bearers/opinion-formers (DBs) and international public are informed about political, economic, social, and cultural rights in EJ and engage in promoting specific action to counter IHL and IHRL violations in EJ and the rest of the oPt.

The specific objectives of this project (C2): Targeted community members are mobilized to participate and contribute to fulfil their economic, political, cultural and social rights

Target beneficiaries (C1): 170 young men and women from EJ, 40 Palestinian/international personalities and influential figures, 350[2] Palestinian community members from EJ, 1300 international university students and other grassroots groups, 99 international duty Bearers/opinion-formers (MPs/MEPs, officials, advisors, other opinion-makers, 24 Palestinian duty bearers, and 150 international organizations and diplomatic missions in all Jerusalem, Ramallah City and Bethlehem City

Target beneficiaries (C2): 250 trained community members (70% women), 10 young instructors to deliver challenge activities at the park, 24 young guides, 4 young employees at the park, at least 5- 6 homes (to be prepared for the purpose of homestays, 5 to 6 family members), at least 5-7 women centres, 760 Palestinians from WB including EJ particularly youth participating in intercommunity hikes, 2 international and local media agencies, 7 representatives of local and international tour operators, 3,505 community members of Beit Sourik, 6129 community members of Biddu, 2860 community members of Al Qubeibah, 3,589 community members of Beit Anan, 1,461 community members of Beit Duqqu, in the targeted areas[3], in addition to, 50 people in 3 advocacy delegations, 20-30 Danish/Norwegian stakeholders as direct beneficiaries of the action and around 315,870[4]

Target area (C1&2): Occupied Palestinian Territory- East Jerusalem. (Old City, At Tur, Ezaryah/east of EJ and Biddou, Qbeiba, Beit Anan, Beit doqqu, Beit Sourik/northwest of EJ.[5] Radio station reaches Jerusalem, Ramallah, and Bethlehem cities. Advocacy work will be done internationally focusing on Europe.[6]

Expected result (C1): R1.1. . Innovative and inclusive online media platforms that Jerusalemite youth are using to report on breaches of IHRL and IHL is created and promoted R 1.2. Capacity of the ML interns in operating the ML is built and technical media support is established R 2.2. Palestinians, Palestinian and International duty-bearers, opinion-makers and the public engage virtually, in media and political debates and support/initiate specific action to raise awareness about current East Jerusalem political, social, cultural and economic issues and counter violations of IHL and IHRL in the oPt, particularly in EJ. R 2.3. Dialogue on breaches of IHL and IHRL in oPt particularly EJ created

Expected result (C2): R1.1 5 community structures are organized, connected, and functional to manage and respond to risks (political, social, economic and environmental) R1.2: Increased economic and employment opportunities in 8 communities through community-based tourism R1.3: Community members conduct efficient advocacy and raise awareness both nationally and internationally based on international Humanitarian law(IHL)/International Human Rights Law (IHRL

2. Evaluation Purpose Objectives and Intended Use

It is important for the final evaluation to be able to measure the overall impact accurately. DCA/NCA and the implementing partners will use this information to make sound strategic decisions for future program development and future program implementation.

The purpose of the final evaluation report is:

1- To assess project achievements, results-oriented monitoring and OVIs, progress/impact against all defined project measurement criteria, and

2- To assess accountability through documentation and systemization of experience and the effectiveness of the partnership in relation to the project

3- Promote learning from the experience and utilization of lessons learned for future projects

2a. Intended users of the evaluation

Intended User

Contact info

Intended use of the evaluation

European Union office and East Jerusalem Program

Samah JAOUNY

[email protected]

Contracting Authority

DCA/NCA Palestine office and Headquarters

George Zeidan [email protected]

Contractor

Palestinian Vision

Rami Nasserden [email protected]

Implementing partner

The East Jerusalem Young Men Christian Association

Mai Jarrar

[email protected]

Implementing partner

Afkar Company

May Abu Assab

[email protected]

Implementing partner

Palestine Heritage Trail

Samah Qumsieh

[email protected]

Implementing partner

The overall framework for the evaluation is that it must be utilization-focused, i.e. consult the users on issues like evaluation questions, methodology and report format. Making the evaluation utilization-focused is a responsibility of the evaluator and should be considered an integrated part of the evaluation. See Michael Q Patton: Utilization-focused Evaluation, Sage Publications or other text on the issue for more information.

3. Specific Evaluation Questions

The DAC criteria of Effectiveness, Efficiency, Relevance, Impact and Sustainability is to be used as a useful framework to identify the relevant questions. However, each criterion does not need to be given the same weight relevant at all.

  1. To which extent is the project rights-based?
  2. To what extent does the project contribute to achieving the programme goal?

Relevance

  • Is the activity relevant in relation to the needs and priorities of the intended rights-holders?

Effectiveness

  • Have the primary objectives identified been achieved?
  • Have the planned or expected results been achieved, including whether the intended population was reached?

Efficiency

  • How economically have resources/inputs (funds, expertise, time, etc.) been converted to results?
  • Are the investment and recurrent costs justified?
  • Could the same results have been achieved with fewer resources?

Impact

  • What positive and negative, primary and secondary long-term effects have been produced by a development intervention, directly or indirectly, intended or unintended?

Sustainability

  • What is the probability of long-term benefits?
  • Will the intended benefits continue when development cooperation is terminated?
  • To what extent has local ownership established?

With reference to the specific sections of the project and the overall objective and specific objective indicators and the Expected Results, the Final Evaluation should assess:

Independent Media Platforms and EJ youth skills and capacity:

  • The level of knowledge acquired skills & tools & organizational development used by EJ Independent media gained through the coaching program.
  • The level of engagement by independent media in improving adherence to IHRL and IHL in their communities through documentation and advocacy
  • The ability of EJ independent media to communicate with international audience.
  • The level of knowledge acquired skills & tools used by interns in the project.
  • The ability to engage national and international influential figures with the independent media platforms as well as ability to become a credible source of information for international public , organization and diplomatic missions

Improvement of IHL and IHRL adherence:

  • The level of the technical capacity of the EJ-independent mediaHirak groups in addressing violations of IHRL and IHL in their communities.
  • The level of international duty-bearers/opinion former’s increased awareness about and action taken to address IHL and IHRL violations in EJ and the rest of the oPt
  • The increase in the level of engagement of Palestinian Duty bearers through the action.

Economic Empowerment through community-based tourism,

  • The level of the technical capacity of the EJ-based youth, women centers, in providing community-based tourism activities in EJ.
  • The level of engagement by targeted EJ y

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