REQUEST FOR PROPOSALS
CONTINUITY IN CRISIS – ENSURING CONTINUITY OF NCD CARE FOR CRISIS-AFFECTED POPULATIONS IN KALOBEYEI REFUGEE CAMP, KILIFI, TANA RIVER AND NAIROBI COUNTIES
Document Release Date : 20th April, 2022
Last Date for Receipt of proposals : 4th May, 2022
Time : 11.00Hrs
Tender Number : PRF09213
Submission Method Email to :tenders@redcross.or.ke**
Tender Opening Venue and Time: Microsoft Teams at 1200 HRS
1. Summary
1.1. Purpose: The primary purpose of the baseline study is to describe the current status of Non communicable diseases in the refugee populations of Kalobeyei camp, Informal Settlements in Nairobi and communities affceted by floods in Kilifi and Tana River Counties. The baseline will provide benchmark statistics for the programme indicators, against which programme progress, perfomance and impact will be gauged.
1.2. Partners: Danish Red Cross and Kenya Red Cross Society
1.3. Duration: 30 days
1.4. Estimated Dates: 11th May to 4th June 2022
1.5. Geographical Location: Kalobeyei Refugee Camp, Nairobi, Kilifi and Tana River Counties
1.6. Target Population: Refugee, migrants, urban refugees, community members, including people living with NCDs and youth and stakeholders within targeted locations, project staff.
1.7. Deliverables: Proposal detailing the methodology, data collection tools, data sets, draft report, presentations, final report and review of the project logframe
1.8. Methodology: This will include document and literature review, Key Informant Interviews (KIIs) with key partners and stakeholders; interviews with community members, Focus Group Discussions (FGDs) and observations, surveys.
1.9. Baseline Study Management Team: KRCS M&E and program representatives, and Danish Red Cross representative
2. Background Information
NCDs represent the fastest growing disease burden in the Africa Region adding to the existing high burden of communicable diseases such as malaria, HIV/AIDS and tuberculosis. More than any other region, the health sector in Africa is particularly unprepared and under-resourced to address NCDs. The COVID-19 pandemic has dealt an additional heavy blow to key health services in Africa, putting to a halt essential health service for both communicable and non-communicable diseases, which may take years to re-establish.
Kenyan Red Cross Society (KRCS) and the Danish Red Cross (DRC) have partnered to implement this proposed “*Continuity in Crisis”-*project, which aims to improve and ensure continuous access to NCD care for crisis-affected populations in Kalobeyei camp in Turkana, Nairobi, Kilifi and Tana River Counties.
The targeted population to be reached by the project is over 43,244 in Kalobeyei, 448,000 (including 134,000 youth) in Nairobi and 56,000 people in Tana River and Kilifi Counties being the number of people displaced annually due to flooding. Direct beneficiaries of the Project will be mixed migrants (Informal settlements and IDPs), refugees (urban refugees and Kalobeyei settlement) and community members, including people living with NCDs and youth (in and out of school). Other direct beneficiaries that will be reached by the project include KRCS staff, external stakeholders.
The project is divided into two outcomes, which combined will support the achievement of the overall objective. The first outcome builds on and consolidate existing efforts of KRCS to improve access to NCD prevention, care and support for people affected by displacement and disaster, thereby reaching more vulnerable people in crisis in Kenya with NCD care. The second outcome supports the further integration and capacity of Red Cross Red Crescent National Societies in East Africa and beyond to integrate NCD prevention and care in humanitarian operations including in health and, migration- programs and in disaster response thereby reaching more vulnerable people in crisis with NCD care.
Project Goal/Impact: Improved and continuous access to NCD care for crisis-affected populations in East Africa through engagement of RCRC partners.
Immediate Objective/Outcome: Access to NCD prevention, care and support to people affected by displacement and disaster in Kenya has been improved.**
Output 1.1: Vulnerable communities including migrant populations and youth in urban informal settlements in Nairobi have increased awareness, selfcare skills and access to NCD care services.
Output 1.2: The continuum of care of NCD prevention and care services for refugee population in Kalobeyei camp has been strengthened.
Output 1.3: Disaster preparedness and response systems with integrated NCD care have been strengthened and decentralized/localized in Kilifi and Tana River Counties and throughout Kenya
Output 1.4: Enhanced policy dialogue and engagement for improved prioritization of NCD care for crisis affected populations at local and national level in Kenya.
Output 1.5: Monitoring, documentation and learning through KRCS structures and local stakeholder and community engagement.
3. Baseline Survey Purpose
The specific objectives of the baseline assessment apart from the criteria in section 4 will be to:
- Establish baseline information against the projects log frame indicators at community level which will be used as a threshold for this project to assess outcomes and impact.
- Examine the response towards the trend of NCDs, by the authorities, the health systems and the targeted beneficiary’s vis-a-vee the ideal.
- To document community perception of their participation and KRCS accountability in the project.
- Identify the policy and advocacy gaps in NCD programming in crisis
- Develop criteria and define triggers for crisis modifier.
4. Baseline Key questions
Survey Objective 1:
- What is the current coverage of the log frame indicators?
- Does the coverage differ across the current targeted affected population?
- Does the coverage differ across gender/population groups?
- Are there additional indicators to assess that will add value to project processes?
- Is there need to review the targets based on the findings?
Survey objective 2:
- What is the current status of NCD care, knowledge and awareness in the county/settlements?
- What are the current gaps, capacities for NCD care of the existing health systems (WHO six blocks of health systems)?
- How relevant will the interventions be to county/national government priorities?
- What will be the anticipated changes? Whether positive or negative?
- To what extent should gender equity issues be integrated throughout the project cycle?
- What measures should be put in place to ensure sustainability of the project (consider institutional, environmental, financial, socio cultural)
Survey objective 3:
- How would the community wish to be involved in the project?
- How has the community been involved in project design and planning?
- Is the project relevant to the community? What’s the community perception of the project importance to their wellbeing? How should the community be made to understand the project?
- How should community be involved in the project decision making? How should the community be engaged during project implementation?
- How should the community be involved in M&E and learning/documentation in the project?
- What would be preferred means of communicating complaints to between KRCS and the community?
Survey objective 4:
- What are the existing policies and frameworks for NCDs in crisis? /What are the existing gaps?
- To what extent is/will the project align to or complement existing County/National government programs, policies and orientation?
- What are the areas of collaboration in bridging the gaps in NCD programming?
Survey objective 5:
- What are the potential risks that will lead to triggering the crisis modifier in the project areas?
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 documents by the time of data collection.
• Documents, policies and frameworks by partners, county and national government
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.
Table 1: Project log frame indicators
Hierarchy of Objectives
Objectively Verifiable Indicators (OVI)
Goal
Improve access to continuous NCD care for crisis-affected populations in East Africa.
Percentage of NCD patients (Hypertension and Diabetes) who access adequate essential health services
Outcome 1:
Communities living in urban informal settlements (Nairobi, Kenya) have access to NCD care services
Output 1.1
Increased knowledge on NCDs and Practice of healthy lifestyles in the target population
% of targeted population aware of risk factors and preventive measures for NCDs
% Population adopting Healthy lifestyles
Output 1.2
Improved uptake of NCD treatment and support for people living with NCDs and mental health disorders
Number of population eligible for treatment accessing care and support
Number of target population accessing MHPSS services
Output 1.3
Strengthened capacity for Health System to provide comprehensive care and support for youths and urban refugees
% of fully functional NCD clinics
% of youths and urban refugees accessing NCD care and support services in NMS NCD clinics
Number of people screened for NCDs
Number of NCD cases diagnosed
Number of eligible NCD clients linked to care
Outcome 2
Outcome 2: Reduced interruptions in provision of NCD care services along the continuum of care for refugee populations in Kalobeyei
1a: Number of counties where NCD has been integrated into the emergency preparedness, response and recovery assessments.
1b: Number of facilities where NCD is integrated into the MOH/County contingency plans
1c: Percentage of NCD referrals that are completed
Output 2.1
Increased knowledge on NCDs and adoption of healthy lifestyles in the refugee population in Kalobeyei, Kenya
1.1a: Percentage of operational KRCS guidelines and tools that include NCD care in emergencies
1.1b: Percentage of operational KRCS staff and CHVs that understand the inclusion of NCD care into the emergency response guidelines.
Output 2.2
Strengthened capacity for health system to provide NCD care in Kalobeyei settlement (health facility and community level)
1.3a: Number of complete referrals
1.3b: Percentage of targeted healthcare workers that adequately understand NCD care during emergencies
Output 2.3
Improved uptake of NCD treatment and support for people living with NCDs (HTN and DM) and mental health disorders
Number of population eligible for treatment accessing care and support
Number of target population accessing MHPSS services
Output 2.4
Enhanced advocacy for prioritization of NCD care for the refugee population
1.4a: Inclusion of NCD indicators in the CRRF (Comprehensive refugee response framework)
Number of partners engaged and providing NCD support
Outcome 3:
Optimize preparedness and response for NCD care and support in flooding affected communities and related crisis
1a: Number of sub counties where NCD has been integrated into the emergency preparedness, response and recovery assessments.
1b: Number of sub county committees formed and where NCD is integrated into the contingency plans
1c: Percentage of NCD referrals that are completed during disaster
1d. Number of NCD policy briefs adapted by the Tana River County government
Output 3.1
KRCS capacity to provide immediate NCD care during disasters is enhanced.
2.2a: Percentage of KRCS surge team members who adequately understand NCD care in emergencies
2.2b: Percentage of KRCS County Branches who have adopted and operationalized WHO NCD emergency kit and have prepositioned stocks.
2.2c: Percentage of targeted health facilities who adequately provide NCD Care in emergencies
Output 3.2
Cascading the established health and emergency response system’s capacity to provide NCDs care during disasters at the sub-county level
2.3a: 12,000 NCD patients referred during a disaster
2.3b: Percentage of targeted healthcare workers that adequately understand NCD care during emergencies
Output 3.3
Lessons learnt documented and shared with authorities, humanitarian actors and KRCS branches in Kenya with a view to national upscaling
2.4a: Number of lessons learnt documented
2.4b: Number of partners and stakeholder organizations disseminated on the lessons learnt
6. Evaluation Quality & Ethical Standards
The bidder shall take all reasonable steps to ensure that the assessment is designed and conducted to respect and protect the rights and welfare of the people and communities involved and to ensure that the assessment is technically accurate and reliable, is conducted in a transparent and impartial manner, and contributes to organizational learning and accountability. Therefore, the assessment team shall be required to adhere to the assessment standards and applicable practices as recommended by International Federation of Red Cross and Red Crescent Societies.
- Utility: Assessments must be useful and used.
- Feasibility: Assessments must be realistic, diplomatic, and managed in a sensible, cost-effective manner.
- Ethics & Legality: Assessments must be conducted in an ethical and legal manner, with particular regard for the welfare of those involved in and affected by the assessment.
- Impartiality & Independence; Assessments should be impartial, providing a comprehensive and unbiased assessment that takes into account the views of all stakeholders.
- Transparency: assessment activities should reflect an attitude of openness and transparency.
- Accuracy: Assessments should be technically 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 assessment process when feasible and appropriate.
- Collaboration: Collaboration between key operating partners in the assessment process improves the legitimacy and utility of the assessment.
It is also expected that the assessment 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 (at a minimum of Master’s degree level) with proven experience in NCD, public health in emergency programs and health policies.
· The bidder has done an evaluation in NCD programming or any emergency program (relevant final published report may be required)
· Demonstrable experience in conducting high quality baselines 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 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 is estimated to begin on 11th May 2022 and all deliverables be provided to the KRCS on not later than 4th June 2022. These timelines may be reviewed at any time as need be and will be communicated by KRCS.
Deliverables: **
- Inception report detailing the evaluation design, sampling methodology & sample frame, evaluation tools, agreed budget and work plan.
- 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 & IFRC will have sole ownership of all final data and any findings shall only be shared or reproduced with the permission of KRCS.
- Draft baseline report that will culminate in the final baseline report with the following elements:
a) Table of contents
b) A brief and clear executive summary with among others major findings of the baseline and summary of conclusions and recommendations.
c) The objectives of the baseline, methodology and any challenges encountered in the field.
d) A presentation of the findings and the analysis
e) Conclusions
f) Recommendations with clear guidelines of how they can be implemented.
g) Report annexes (including a Monitoring and Evaluation framework).
** Detailed report outline will be provided by the EMT for the winning bidder
- 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.
- Final Baseline Survey Reports – submit 4 perfect bound hard copy and one electronic copy of the report by the agreed timeline 9KRCS will provide the printing and binding specs).
- Review of the project log frame indicators
- Criteria and triggers for crisis modifier
Evaluation Management Team: **
The evaluation management team will be composed of the Kenya Red Cross Program team and MEA&L team and DRC representative.
Role of KRCS (Program and MEA&L team)
• Lead the recruitment and evaluation process
• Coordinate the assessment implementation process through the KRCS Program and MEA&L units.
• Review of assessment products including the log frame, tools and reports.
• KRCS will organize logistics for the assessment team.
• Avail data collectors within agreed criteria.
• Avail all necessary documents for desk review
• KRCS will be the link between the community and the consultant
• KRCS will be the custodian of all data generated from the assessment
• Organize dissemination forums as necessary
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 using the provided template. See Annex 1
- Detailed CVs of all professional (s) who will work on the assignment. 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 references from your previous clients and full contact details of the referees (working and active email & phone number). The reference provided need to be ready to be contacted if need be. The reference letters should be signed off and indicating the details of the assignment done, when it was done and giving an overall assessment of the firms’ performance and turnaround time.
- Provide 2 evaluation reports/profile undertaken of similar programmes and context
- If you proceed to oral stage, you will share a full report done that is similar to this assignment for technical assessment purposes.
Please also note that the people whose names appear in the team composition template MUST be the ones to undertake the assessment. As such, they MUST be the ones to appear in person if the proposal moves to the oral interview stage.
Failure to adhere to any of these requirements will lead to automatic disqualification or breach of contract if the work has begun.
Kenya Red Cross Society reserves the right to cancel the contract if, convinced that the consultant is in breach of the terms and conditions including those approved in the inception report.
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. PRF09213 “**Ensuring continuity of NCD care for crisis-affected populations in Kalobeyei Refugee Camp, Kilifi, Tana River and Nairobi Counties”***
The proposals must be sent on mail to tenders@redcross.or.ke by 4th May 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 tenders@redcross.or.ke and thereafter we will share the Teams link for the meeting.
ANNEX 1: RESPONSE PROPOSAL FOMART
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 and any other additional information (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 and final proposed sample size 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). The computation below should exclude VAT.
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 this assignment
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
- 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 Points Possible
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**
- Provide CVs for key technical Consulting team including Statistician/Data Analyst (Mandatory)
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 and top two after the orals will go to the financial evaluation stage
- Oral presentation
Criteria
Score
Remarks
Understanding of the assignment
(5 Marks)
Clear and scientific methodology
(15 Marks)
Presentation of previous similar assignment (Consultant will be required to show/present 2 previous completed assignments at the oral stage) (10 marks)
- 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
A total score obtained including Technical, Oral and Financial Proposals is calculated for each proposal. The bid obtaining the overall highest score is the winning bid.
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 tenders@redcross.or.ke with the subject reading Tender No. PRF09213 “***Ensuring continuity of NCD care for crisis-affected populations in Kalobeyei Refugee Camp, Kilifi, Tana River and Nairobi Counties*”**
The proposals should be addressed as indicated above to reach the undersigned by 4th May 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 tenders@redcross.or.ke and thereafter we will share the zoom link for the meeting.