Organization: UN Children's Fund
Country: Somalia
Closing date:
13 Jan 20161.0 PROCEDURES AND RULES
UNICEF is the agency of the United Nations mandated to advocate for the protection of children’s rights, to help meet their basic needs and to expand their opportunities to reach their full potential. Guided by the Convention on the Rights of the Child UNICEF strives to establish children’s rights as international standards of behaviour towards children. UNICEF’s role is to mobilise political will and material resources to help countries ensure a “first call for children". UNICEF is committed to ensuring special protection for the most disadvantaged children.
UNICEF carries out its work through its headquarters in New York, 8 regional offices and 125 country offices world-wide. UNICEF also has a research centre in Florence, a supply operation based in Copenhagen and offices in Tokyo and Brussels. UNICEF’s 37 committees raise funds and spread awareness about the organisations 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 Country wide geotagging of emergency nutrition service delivery sites to map real time nutrition services in all regions/districts of South Central Zone, Somaliland and Puntland.
1.3 FORECAST SCHEDULE
The schedule of the contractual process is as follows:
Closing date and time for submission of full proposal: 13/01/2016 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. Please make sure that the e-mail mentions the RFP reference number.
Only written inquiries will be entertained. Please be informed that if the question is of common interest, the answer will be shared with all potential RFP bidders.
Erasures or other corrections in the proposal must be explained and the signature of the applicant shown alongside. All changes to a proposal must be received prior to the closing time and date. It must be clearly indicated that it is a modification and supersedes the earlier proposal, or state the changes from the original proposal. Proposals may be withdrawn on written request received from bidders prior to the opening time and date. Bidders are expected to examine all instructions pertaining to the work. Failure to do so will be at bidder’s own risk and disadvantage.
1.5 RFP RESPONSE FORMAT
Full proposals should be submitted in English and must be received not later than 13/01/2016 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 that you read all of the provisions of the request for proposal, to ensure that you understand UNICEF’s requirements and can submit a proposal in compliance with them. The bidder must also provide sufficient information in the proposal to address each area of the Proposal Evaluation to allow the evaluation team to make a fair assessment of the candidates and their proposal. Note that failure to provide compliant proposals may result in invalidation of your proposal.
1.7 CONFIDENTIAL INFORMATION
Information, which the bidder considers proprietary, should be clearly marked "proprietary", if any, next to the relevant part of the text, and UNICEF will treat such information accordingly.
1.8 RIGHTS OF UNICEF
UNICEF reserves the right to accept any proposal, in whole or in part; or, to reject any or all proposals. UNICEF reserves the right to invalidate any Proposal received from a Bidder who has previously failed to perform properly or complete contracts on time, or a Proposal received from a Bidder who, in the opinion of UNICEF, is not in a position to perform the contract. UNICEF shall not be held responsible for any cost incurred by the Bidder in preparing the response to this Request for Proposal. The Bidder agrees to be bound by the decision of UNICEF as to whether her/his proposal meets the requirements stated in this Request for Proposal. Specifically, UNICEF reserves the right to:
contact any or all references supplied by the bidder(s);
request additional supporting or supplementary data (from the bidder(s));
arrange interviews with the bidder(s);
reject any or all proposals submitted;
accept any proposals in whole or in part;
negotiate with the service provider(s) who has/have attained the best rating/ranking, i.e. the one(s) providing the overall best value proposal(s);
contract any number of candidates as required to achieve the overall evaluation objectives.
VALIDITY
Proposal must be valid for a minimum of ninety (90) days from the date of opening of this RFP and must be signed by all candidates included in the submission. For proposals from institutions, the proposal must also be signed by an authorised representative of the institution. Bidders are requested to indicate the validity period of their proposal in the Proposal Form. UNICEF may also request for an extension of the validity of the proposal.
1.8.1 Technical Proposal
The technical proposal should address all aspects and criteria outlined in this Request for Proposal, especially in its statement of work, terms of reference and paragraph 1.10 of this Request for Proposal. However, all these requirements represent a wish list from UNICEF. The bidders are free to suggest/ propose any other solution. UNICEF welcomes new ideas and innovative approaches. (NOTE: No price information should be contained in the technical proposal).
1.8.2 Price Proposal
The price proposal should be in line with the TOR, indicating overall/total cost of assignment and itemized budget.
1.9 PROPOSAL EVALUTION
After the RFP opening, each proposal will be assessed first on is technical merits and subsequently on its price. The proposal with the best overall value, composed of technical merit and price, will be recommended for approval. UNICEF will set up an evaluation panel composed of technical UNICEF staff and their conclusions will be forwarded to the internal UNICEF contracts Review Committee.
The evaluation panel will first evaluate each response for compliance with requirement of the RFP. Responses deemed not to meet all of the mandatory requirements will be considered non-compliant and rejected at this stage without further consideration. Failure to comply with any of the terms and conditions contained in this RFP, including provision of all required information may result in a response or proposal being disqualified from further consideration.
TECHNICAL PROPOSAL
The technical proposals will be evaluated against specified criteria below. The total amount of points allocated to the technical proposal is 70 points and only technical proposals which receive a minimum of 40 points will be considered further.
a) Technical Evaluation Criteria and Relative Points
Category/Points
A. Experience:
(i) Proven experience on geotagging projects implementation in Somalia and similar works done previously in Somalia. 6 points
(ii) Proven experience on collecting, and managing of spatial data as well as designing spatial database – 4 points
(iii) Proven experience on Geotagging of service delivery sites including nutrition service delivery elements – 4 points
(iii) Chosen digital platform for the project (adaptability, easy of managing the platform and support and open source programing)-6 points
B. Relevance of Project:
(i) Relevance of the Proposal to the objectives and priorities of the Call for proposal Application – 6 points
(ii) Relevance of the project to particular consideration of constraints of the targeted area – 6 points
(iii) Understanding of the access/security challenges, visibility of access strategy – 5 points
(iv) Clarity of methodology and project objectives against project goals – 6 points
(v) Clarity of work plan with specific project activities and timeframe – 6 points
(vi) Implementation strategy, Self-evaluation, performance monitoring, and quality control mechanism – 6 points
(vii)Partnership & networking and engagement strategy with government agencies, stakeholders and others – 3 points
C. Personnel:
(i) Availability of wide network of staff on the ground throughout Somalia – 3 points
(ii) Considering the access/ security challenge, proof of organizational human capacity and/or strategy to execute the project – 3 points
(iii) Relevant education and experience of the staff at different level – 3 points
D. Structural Capacity:
(i) Physical presence of a functional office in the project area - 2 points
(ii) Good knowledge of language and culture of project communities – 1 point
b) Financial Proposal:
Bidders should provide a summary of clear and justified evidence of financial accountability, sufficient and consistent with project activities and goals and detailed breakdown of budget inclusive of professional fees, admin costs if any, travel costs (these shall be calculated based on economy class travel regardless of length of travel), DSA (these will be paid as per UN rates); etc.
(NOTE: bidders should provide an all-inclusive budget as successful company will be responsible for all project costs including security and insurance for its team members)
The total amount of points allocated for the price component is 30%. The maximum points will be allotted to the lowest price proposal that is opened and compared among those invited firms/institutions which obtain the threshold points in the evaluation of the technical component. All other price proposals will receive points in inverse proportion to the lowest price e.g.
Score for price proposal X = Max. score for price proposal x Price of lowest priced proposal/Price of proposal X
The currency of the proposal shall be in US Dollars. Invoicing will be in the currency of the proposal. The bidder will suggest a payment schedule for the Contract, linked to unambiguous Contract milestones. All prices/rates quoted must be exclusive of all taxes as UNICEF is a tax-exempt organization.
Weights:70 Points Technical proposal 30 points Financial proposal
2.0 TERMS OF REFERENCE
Background:
The Nutrition Cluster has been operational in Somalia since 2006 following the HCT
recommendations to activate the cluster system in order to effectively coordinate the humanitarian crisis in the country. The nutrition cluster coordinates a network of 141 active partners of which close to 80% are national NGOs - most of whom are based in South Central Somalia. The Nutrition Cluster rapidly increased in size following the 2011 famine response with membership composing of government, national NGOs, international NGOs, UN agencies, civil society, donors, and observers. This had created a rapid scale up in geographic coverage of nutrition services in Central South Somalia. Due to the time critical lifesaving nature of the response, opening of new service delivery points was driven by need and access opportunities rather than a strategic planning process with a clear rational basis for planning of the geographic coverage for both facility based and mobile/outreach nutrition services. While the goal for expansion of coverage of treatment services was attained during the famine response; geographic coverage was not adequately optimised, inefficiencies in service provision were noted in a number of areas, and cases of duplication and overlap of services were quite widespread. Moreover there has been inconsistencies and lack of clarities on the number and where about of existing emergency nutrition service delivery sites which became more complex from time to time.
Accordingly as a follow up of the first consultative meeting held in Nairobi with all cluster partners during 12th – 13th January, 2015; that lay foundation for the cluster road map plan besides outlining concrete action point for rationalization plan II. This had subsequently strengthened the need for finalizing rationalization plan II by the end of May 2015 on the cluster wide quarter one action review meeting held in Nairobi on 30th March – 2nd April 2015. This meeting had also given the mandate for the cluster coordination (as part of cluster core function) and it’s SAG to lead the process alongside MoH. Hence after a total of 12 consultative meetings held during the months of April - July 2015 in various locations including at regional level, the Somalia rationalization plan has been officially endorsed and released under public domain in September 2015.
However few challenges remain unsolved besides emerging realities, new developments, change in programming and/or issues that need further consideration such as accountability to affected population. The critical and unresolved issues include the actual 4W map/service delivery facilities mapping and service plan. Though the later will pave way for smooth transition of the cluster to sector it can only be done/built upon the 4W map. Hence Emergency nutrition service delivery sites geotagging/mapping project is initiated by nutrition cluster upon the consultation and unanimous agreement of all its partners.
Requested service: Emergency nutrition service delivery sites geotagging/
Mapping:-
Geotagging is the process of adding geographical information to various media in the form of metadata. The data usually consists of coordinates like latitude and longitude, but may even include bearing, altitude, distance and place names.
Key Objective:
Emergency nutrition service delivery sites geotagging main objective is to validate, consolidate and strengthen the existing capacity of emergency nutrition units across Somalia to the overall emergency preparedness response towards resilient and sustainable development.
The project will undertake focus on understanding risks and generating risk information that will be used in the formulation of comprehensive IMAM (Integrated Management of Acute Malnutrition) Service coverage/expansion development plans. One of the requirements for risk analysis is a georeferenced database of SCs, OTPs, MCH buildings/structures and mobile site areas that will be overlain with the administrative and GAM (Global Acute Malnutrition) rate maps to produce the coverage and risk maps.
The purpose of the survey is to identify access, capacities and gaps in the whole nutrition Cluster across Somalia mainly in South Central Zone in order to inform better response by the cluster, MoH and development stakeholders. The survey will function as a foundation/base to the service plan that would be rolled out by the CLAs (Cluster Lead Agencies), MoH (Ministry of Health), and is intended to give a valuable overview for the planning and scale up of IMAM.
Assumptions and risks:
The proposed contract assumes that:-
· The cluster partners and Ministry of Health at local and central level will
provide support to the consultant.
· All relevant secondary data preparation and consolidation of existing
data has been done by the cluster to be shared for the awarded
Firm/organization prior to the commencement of the project.
· The assessment tool and methodology proposed by the applicant will
be reviewed and endorsed by the cluster AIMWG.
· The consulting entity will have their already established network of
surveyors integrated in the local community in order to ensure access to the target areas.
· The data collection will be done using digital platform.
RISKS
The work involves travel to Somalia, and the cluster, UNICEF, WFP and its partners do
not assume responsibility for the risks involved with field travel in Somalia.
SCOPE OF THE WORK
General:
The AIMWG lead - (PROFESSIONLA INDEPENDENT FIRM) will be in charge of encoding and consolidating data gathered by the Site Coordinating Teams (SCTs) through defined report forms. It will ensure the quality and timely provision of support to the SCTs on management of data and reports.
Lead in the preparation of field survey kits for enumerators;
Collect, compile and consolidate IMAM sites data (including coordinates) from
the field into project databases (MS Excel).
- Geotagging of all IMAM sites and other emergency nutrition service delivery
elements using available vector data, GPS coordinates and possible photos;
- Conduct field validation of geotagged elements in coordination with local
government and/or non-governmental officials;
- Encode data from the report forms of SCT members following the defined
template of 4W map.
Ensure the accuracy, quality and completeness of encoded data.
Gather relevant secondary data, convert and consolidate to digital map
format.
Partnership and project management:
The project will be led by Nutrition cluster and will be co-lead by the MoH. A task force of UNICEF, WFP, MoH and cluster partners will develop the assessment tools and make the necessary prioritizations in terms of scope and location. An advisory group of cluster partners will provide technical support to the task force. Sub groups in each region lead/co-led by local cluster focal points will ensure the regional focus and participation in the implementation of the project.
Location/Target Areas:
The overall aim is to map all nutrition service facilities in the country which is allegedly about 2,200 as per the 2011 information which has been kept in the 4W data though it is known they are less than 1000 and this project will verify the actual number. However most important part of the mapping is to reach the areas that are most difficult to access and where facility mapping has never been conducted. The highest priority locations should therefore be set according to level of difficult access. This is because from the existing secondary Datasets it seems concentration of facilities lie mainly in urban centres and inaccessible/hard-to reach areas.
Target findings:
The mapping will inform prioritization of emergency response as well as service plan foundation for scaling up nutrition besides advocacy for nutrition in Somalia. Furthermore on top of digital geotagged data it also involves assessment of basic information, and key questions will include:-
· What kind of nutrition service is available in specific geographic area?
· The number of facilities that are operational by type of services?
· Current case load - How many malnourished children are in charge during the visit?
· What is maximum admission capacity of facility and/or unit?
· Number and type of trained professionals and supportive staff working in and/or
around the facility?
· Who runs the facility and source of funding as well as supplies?
Target groups:
The survey will include local administrators and Ministry of Health officials, community leaders, beneficiaries, service providers including community based nutrition workers/volunteers, and local nutrition service providers. A full mapping of all emergency nutrition delivery sites/facilities is a key target.
Methodology:
The consultancy should ensure the mapping is conducted in a participatory manner. A standard basic questionnaire will be developed and set up using Digital mobile platform. The enumerators will physically visit field locations and interact with the local community and administration to establish the existing nutrition centres in the location. Data will be collected, analyzed and interpreted in a coherent and systematic manner using Digital on phone/tablet and uploaded to the Digital platform for analysis.
Data collection:
To ensure the validity of the data and to avoid unnecessary contest over the results; an independent consulting entity will conduct the data collection and the analysis of the data. The consulting agency will be using a standard tool developed by the agency, reviewed and endorsed by the cluster, while data collection will be done using mobile technology and the digital platform.
Secondary data review:
The project work should start with consolidating all available information from previous surveys, and valid sources of information
including:-
Nutrition cluster 4W map
IMAM database
Health facilities and IDP mapping
Data from assessments done by nutrition cluster partners
Relevant data from assessments and surveys done by other clusters.
Key Activities and timeline
· A workshop for task force of MoH and cluster participants will be held in Nairobi to
prepare for the survey including finalizing the assessment tool and methodology.
· An advisory group set up in Nairobi will prepare draft tool, budget and other
preparatory documents before the workshop, and provide technical guidance
throughout the process.
· The selection of consulting agency for the data collection and analysis will be done
by UNICEF with the support of the cluster advisory group.
· The data collection should take place from February to March 2016.
· The analysis should be finalized and result available by May 2016.
Deliverables/Timelines
Desk review, familiarization and consultations - January 2016
Training of enumerators and testing of tool - February 2016
Data collection using Digital mobile technology - February- March 2016
Comprehensive data analysis - April – May 2016
Map of learning spaces and education activities - May 2016
Comprehensive Final report - May 2016
Project Duration
The assignment is expected to last for six (6) months
Payment
Payment will be tied to deliverables and will be made upon satisfactory completion and acceptance by UNICEF. The payment will be made in three tranches as follows:-
· 20% Desk review/familiarization/consultations, training of trainers and testing tools.
· 40% Data collection using Digital mobile technology; Comprehensive data analysis; Map of learning spaces and education activities
· 40% Comprehensive Final report
UNICEF payment terms are within 30 days of receipt of invoice.
Requirements: absolute minimum to be fulfilled by applicants
· The contract will be awarded to a professional consulting company or
organization with a wide network of local enumerators in all regions of
Somalia
· Extensive experience in research including designing and conducting
nutrition services and/or health facilities mapping surveys.
· Previous experience with assessments in Somalia and deep understanding
of context is an absolute requirement.
· All logistics and travels in Somalia will be organized by the contracted consulting
body.
· Experience of working in a politically insecure environment
How to apply:How to apply:
Sealed Hard copy proposals should be hand-delivered or sent by Courier to reach UNICEF at the below address on 13/01/2016 by 10.00 a.m. Nairobi Time. Bids received later than this date will be disqualified:
Supply & Logistics Section
UNICEF Somalia Support Centre
UN Gigiri Complex, Block Q, Ground Floor
P.O. Box 44145-00100
Nairobi
NOTE:
1.Prospective bidders are required to request for a full set of this RFP.
2.Bidders are requested to provide details i.e. Name/ID No. of person delivering the bids a day before the deadline to facilitate entry into the complex to:somsupply@unicef.org
3.A printed set of the completed technical and cost proposals should be submitted in three separate sealed envelopes. (Individual envelopes for technical and price proposals) clearly marked with RFP No., Name of Company, Technical Proposal and Financial Proposal