Latest Jobs in Ethiopia 2021 - Job Vacancies in Ethiopia - JobsinEthiopia

Jobs in Ethiopia publishes latest jobs in Ethiopia 2021. Today Recent job vacancies, banking, graduate, oil and gas jobs in Ethiopia, Aviation Jobs and careers. For all latest Job Vacancies in Ethiopia.

Friday, January 16, 2015

Ethiopia: REQUEST FOR PROPOSAL- RFP-ETH-2015- 9116749

RFP-ETH-2015- 9116749-Open ONLY for International Organization/firm/company.

1. Topic: Consultancy Services – (1)Evaluation of Social Cash Transfers Programmes, Oromia and SNNP regions, in Ethiopia - (3 years and 3 months)

2. Background

This ToR outlines the objectives, design, methods, timetable, instruments and indicators for the evaluation of the Social Cash Transfer (SCT) programme for Permanent Direct Support Clients of the Productive Safety Net Programme (PSNP) phase-IV in two regions of Ethiopia. These terms of reference should be looked at in conjunction with the design document and the logframe for the phase-IV of the PSNP, the draft document that outlines the design of the SCT in Oromia and SNNP, and the operations manual drafted in October 2014.

The overall purpose of the evaluation is to provide the PSNP Steering Committee and Donor Working Group, and Regional Social Protection Committee with the information they need to take decisions regarding programme implementation modifications and to provide information they will need to facilitate a discussion with the Ministry of Agriculture (MoA), the Ministry of Labour and Social Affairs (MoLSA), the Ministry of Health (MoH) and Regional Council regarding possible scale-up to MoLSA and BoLSA of Permanent Direct Support Clients of Social Cash Transfers, soft conditionalities linked to nutrition as part of the PSNP and regional social protection plan of action. The implementation modalities of the national Social Protection Strategy and the system approach for the Social Protection sector will also be informed.

To do so the evaluation will:

i) Assess the impacts of the SCT programme on the clients and the communities in which they live (- % of children < 2years with a height for age> -2 Z-score (WHO standards); - % of children under one year participate in at least 6 GMP sessions per year, - % of PW attendance to at least 4 ante-natal care visit; - % of adolescent girls dewormed); children’s dewormed and supplemented with vitamin A; guardians attended community conversation sessions

ii) Evaluate the operational linkages and coordination effectiveness for the system approach of the programme (the extent to which the programme operates in accordance with its design) including recording its capital and recurrent costs at kebele, woreda and regional levels;

a. Assess the capacity of BOLSA to expand their responsibilities in the two regions for the Permanent Direct Support Clients of the PSNP.

b. Assess the coordination between the implementing bodies and use of the MIS as case management tool (presence of an integrated PSNP and CBN M&E system).

c. Has the process been implemented as expected in the operations manual?

d. Have the transaction cost reduced? Or this system have just increased the transition cost of the programme?

iii) Assess the impacts of the soft conditionalities related to nutrition- Is the household dietary diversity of Direct Support Clients and Temporary support clients improved as a consequence of the exposure to the programme?;

iv) look at the effectiveness with which it reaches the target group and delivers the expected social outcomes in nutrition, health, education and child protection;

v) Identify challenges and lesson learned

The evaluation will employ several information collection methods: a quantitative household survey for welfare impact, soft conditionalities impact and operational performance, and quantitative community surveys (to understand issues such as supply side constraints); qualitative focus group discussions with clients, members of the community, programme managers and others; some in-depth interviews; an organisational review; and a cost analysis.

Evidence about social welfare impact, operational and coordination capacities, and soft conditionalities impact effectiveness is necessary to inform the decision on whether to scale up to regional/national levels. Information on operational effectiveness is also necessary in order to understand what changes to the design of the programme will be necessary if scaled up.

3. Objectives:

The evaluation questions address the widely-used five OECD-DAC criteria: efficiency, effectiveness, sustainability, relevance and impact. The overall objective of the evaluation is to answer the following main questions, which have been detailed in the programme document:

• What is the extent of impact on men and women participants attributable to the pilot programme?

• Has the SCT programme had a substantial impact on members of male and female HH’s welfare?

• Have welfare improvements in nutrition, education and child protection, if any, been in proportion with the investments made, or the value for money of the prorgramme?

• Have soft conditionalities additional impact on male and female HH’s welfare?

• What is the impact or incentive effect of imposing soft conditionalities on clients? What is the cost of doing so, for both households and the government? If households fail to comply with the soft conditions, why is this so?

• Has the coordination and operational modalities between the bureaus, i.e. social affairs, health and agriculture, involved in the implementation been efficient and effective to reach the targeted clients?

• Would be a similar region wide programme be affordable? And what would be the costs associated with a scale up at regional level?

• What have been the financial and human resources inputs from the regional government (bureaus/ woredas) into the program?

• On that basis, should the programme, or a variant of it, be scaled up to a regional/national level?

• If the programme is to be scaled up, which aspects of its operation and coordination mechanism must be modified or strengthened for it to operate effectively at a regional/national level?

• Which aspects of good practice should remain the same and be replicated in the PSNP Phase IV?

This evaluation distinguishes three types of information necessary to answer these questions: impact on participant households, especially impact on children and women; operational and coordination performance of the implementation, including costs broken down by capital and recurrent costs as well as identifying and addressing cross cutting issues like gender, and how they change in start-up and maintenance phase.

Four main activities will be undertaken: 1) a quantitative survey of households and communities; 2) an organisational review; 3) qualitative data collection; and 4) a cost analysis with a focus at the direct investment which will be required from the regional government in case of scaling up.

These activities will use a number of instruments: a) Quantitative surveys with anthropometric measure: Household and community surveys (baseline, follow-up, and endline); b) Qualitative: focus groups, with a range of different groups in beneficiary and comparison communities; and in-depth interviews; c) Cost analysis.

4. Background and Experience Required of the Firm/Institution.

The evaluation will be conducted by a registered institution or a team of freelance consultants. It is proposed that the evaluation team consist of one or two international experts in social cash transfer evaluation teamed with a national research firm experienced in quantitative and qualitative household surveys. The team leader will have the responsibility for all negotiations, decisions, and deliverables. The technical work is to be divided between the team leader and the team members.

Therefore, bidders for this contract are expected to provide:

One team leader:

• Extensive evaluation expertise and experience (at least 8 to 10 years) and a strong commitment to undertake the evaluation.

• Knowledge of institutional issues related to development programming (including funding, administration, the role of the UN system, partnerships, human rights and sustainable development issues)

• Familiarity with social protection policies and programmes with a focus on social cash transfer programmes and their evaluation

• Team leadership and management, interpersonal/communication skills

• Excellent analytical and writing skills

National Institution:

• Strong evaluation expertise and experience (at least 5 years), including methodological and data collection skills;

• Demonstrated skill in conducting evaluations including cost analysis and household surveys in Ethiopia

• Team work and inter-personal communication.

All members of the team should be established experts in their respective fields and have an excellent knowledge of evaluation norms, standards, and approaches.

The UNEG Norms and Standards will be applied in the course of this evaluation.

The institution will be responsible for the administrative management of the evaluators taking part in field work. UNICEF will have no liabilities in terms of provision of transport or insurance.

5. Structure of the Bid

Institutions should submit to the Ethiopia UNICEF Country Office supply section with a proposal detailing: (1) how they are going to undertake the evaluation, including a financial proposal with a detailed budget breakdown aligned with the work-plan proposed in the technical proposal (2) Proposed activity timeline in accordance to the timeline above (3) credentials of the institution and structure of the evaluation team including the c.v. of the team leader and the manager of the national institution. (4) along with copies of legal and registration documents of the institution.

6. Request for information

Any questions concerning this invitation must be forwarded in writing by email or by fax, to the person who prepared this document, with specific reference to this RFP number prior to 5 days of the due date of submission of the proposal. No request for information will be entertained after this. The question and its response will be circulated to all the bidders, after deleting the name of the bidder who requested for the information.

Interested and eligible bidders from INTERNATIONAL organizations are invited to collect the complete tender documents by sending an email to Mr. Sebastian Muzuma (smuzuma@unicef.org) or Mr. Deresse Damte (ddamte@unicef.org) starting from 14-Jan-2015 (Wednesday). Proposals are to be submitted to UNICEF Ethiopia Office on or before 9.00 am (East African Time) 16th February 2015 (Monday). Please quote the RFP nr. 9116749 in all your correspondences. Due to the nature of the bid, there will be no bid public opening for this offer. UNICEF reserves the right to accept or reject part or all of any or all bids. ADDRESS: UNICEF Ethiopia, UNECA Compound, NOF Building, 2rd floor Supply Section, Attn. Mr. Sebastian Muzuma / Mr. Deresse Damte, P.O.BOX 1169, TEL: +251-11 518 4233 / 4167, Addis Ababa, Ethiopia.

7. Due date and time for submission of the proposals

Sealed proposals must be submitted latest by the date and Ethiopian local time specified below. Sealed proposals (technical and financial) received prior to the stated closing time and date will be kept unopened. Proposals received after the stipulated date and time will be invalidated. UNICEF will not accept any responsibility for the premature opening of the proposals not properly addressed or identified. Due to the nature of the bid, there will be no public opening of the bid.

Due date: Monday 16 -February-2015 Time:9:00 am standard Time (East African time)

Yours sincerely,

……………………………….. ……………………………………..

Sebastian Muzuma (Contracts Officer) Srikanth Srinivasan (Procurement Specialist)

Email:smuzuma@unicef.orgemail:ssrinivasan@unicef.org

TABLE OF CONTENTS

Request for Proposal (RFP) back ground of the assignment ……………………1-3

Table of content……………………………………………………………………4

Instruction to bidders…….………………………………………………………5-8

General terms and conditions………………….……………………………….9-13

Specific terms and conditions…………………………………………………14-15

Annex-A: Declaration form………………………………………………….. 16

Annex-B: Technical proposal – Content & Format……………………..….17-18

Annex-C: Contractor’s experience – format…………………………………...19

Annex-D: Financial proposal……………………………………………….20-21

Annex-E: Evaluation criteria………………………………………………......22

Annex-F: Check list……………………………………………………… ......23

Annex-G: Terms of Reference ........................…………………………….24-30

INSTRUCTIONS TO BIDDERS

UNICEF will select a contractor and enter into a contractual agreement to provide the services outlined in the terms of reference, the General Terms & Conditions and Specific Terms & Conditions and in accordance with the method of selection specified in this RFP. Bidders are therefore invited to submit their technical and financial proposals for this assignment in ENGLISH. Bidders shall bear all costs associated with the preparation and submission of proposals, and UNICEF shall not be responsible for these costs, irrespective of the outcome of the bidding process.

1. Format and content of the proposals

1.1 Bidders are required to submit the declaration form in the format attached as Annex A.

1.2 Bidders are required to submit technical proposals in the format attached as Annex B.

1.3 Bidders are required to submit financial proposals in the format attached as Annex D.

1.4 All activities and items described in the technical proposal must be priced in the financial proposal separately. Activities and items described in the technical proposal but not priced, shall be assumed to be included in the price of other activities.

1.5 Submission of the wrong format for either the technical or the financial Proposal may result in the proposal being deemed non responsive.

1.6 Bidders are expected to examine all the schedules and all instructions pertaining to the RFP. Failure to do so will be at bidders own risk and responsibility.

2. How the proposals should be marked, packaged and submitted

2.1 Sealed proposals shall be submitted in duplicate, in English, and shall be sealed in 1 outer and 2 inner envelopes and all envelopes shall indicate the bidder’s name and address. The outer envelope shall be addressed and submitted as follow:

UNICEF Ethiopia, Bid Opening Unit

P.O. Box 1169, Addis Ababa, Ethiopia.

RFP-S&P-2015-……….

Due date: …... time ……….

2.1.1 Bids can be physically submitted in any one of the two locations provided below

(1) UNICEF, ICC Ware House, Debrezeit Road, Lancia. In front of Concord Hotel, next to Action Aid. Approximately 300 meters from main road. You may call phone no +251 114660848 for directions

Or

(2) UNICEF-UNECA Compound, NOF Building, 2rd floor.

The UNECA security rules requires 36 hours ‘advance notice’ to be given by visitor, therefore please notify the Supply Section by email: ETH-Reception-Desk@unicef.org providing the name of the person who will be submitting the bid and the proposed date of arrival.

Alternatively you may call telephone no +251 115 184000 at least three (3) hours before your arrival at the UNECA Security Gate to arrange to be met.

(Instruction: - (Bidders to fill the dotted lines above with the reference number of the RFP, due date & time

as specified in the first page of this RFP,)

2.2 The first inner envelope shall be marked technical proposal and addressed in the same manner as the outer envelope as specified above, and shall be in the prescribed format.

2.3 The 2nd inner envelope shall be marked financial proposaland addressed in the same manner as the outer envelope as specified above, and shall be in the prescribed format.

2.4 Proposals received in any manner other than as outlined in clauses 3.1 to 3.4, will be invalidated.

2.5 Information which the bidder considers to be proprietary should be clearly marked as such. All information provided by the bidder will be treated as confidential and used for UNICEF internal purposes only.

3. Receipt and public opening of the proposals on the closing date & time

3.1Sealed Proposals as outlined under para 2.1 to 2.5must be despatched to arrive at the UNICEF office indicated no later than the closing time and date mentioned in the first page of this RFP

3.2 Sealed Proposals received prior to the stated closing time and date will be kept unopened. The officer of the bid opening unit will only open the technical proposals when the specified time has arrived and no proposal received thereafter will be considered. Any delays encountered in the mail delivery will be at the risk of the bidder.

3.3 UNICEF will accept no responsibility for the premature opening of a proposal which is not properly addressed or identified.

3.4 Bidders, or their authorized representative, may attend the public opening of the RFP at the time, date and location specified. The only envelope that will be opened at public bid opening is the technical proposal.

4. Correction, modification and withdrawal

4.1 Erasures or other corrections in the Proposal must be explained and must be signed by the bidder alongside.

4.2 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.

4.3 Proposals may be withdrawn by the bidders through a letter or through a fax prior to the opening time and date specified in the page-1 of RFP. Negligence on the part of the bidder confers no right for the withdrawal of the proposal after it has been opened.

5. Validity of the proposals

5.1 Proposals should be valid for a period of not less than 90 days from the bid opening date. Bidders are requested to specify the validity period of their proposal. UNICEF may also request the validity period to be extended. UNICEF may award additional contracts against the lowest acceptable proposal if requests for identical services are received during the Proposal validity period.

6. Evaluation of proposals

6.1 Following closure of the RFP, proposals will be evaluated by a UNICEF evaluation team to assess its merits. The evaluation will be restricted to the contents of the proposals, bidder profile, relevant experience, client list, financial status, and price proposal. The adjudication will be done based on the Quality and Cost Based Selection (QCBS) methodology.

6.2 A 2 stage procedure will be followed in evaluating proposals, with evaluation of the technical proposal being completed prior to any evaluation of the financial proposal. Evaluators of the technical proposals shall have no access to the financial Proposals until the technical evaluation is completed.

6.3 Technical Proposals will be evaluated on the basis of their responsiveness to the terms of reference, applying the evaluation criteria and the point system specified in Annex-E. Each Technical Proposal will be given a technical score. Technical Proposals receiving the minimum qualifying points or higher, will be considered technically responsive. After the completion of the technical evaluation, the financial proposal will be opened. Proposals which are considered non-technically compliant and non-responsive, will not be given further consideration.

6.4 The financial scores will be arrived at based on the formula specified in para-6.5, whereby the lowest evaluated Financial Proposal (Fm) will be given the maximum financial score (Sf) of 100 points. The financial scores of the other proposals will be in inverse proportion to the lowest price.

6.5 The evaluation formula is outlined as follows:

Sf = 100 x Fm/F, in which Sf is the financial score, Fm is the lowest price and F the price of the proposal under consideration.

6.6 Proposals will be ranked according to their combined technical and financial scores using the weights given to technical and financial proposals. The bidder achieving the highest combined technical and financial scores may be invited for negotiations.

6.7 From the time the proposals are opened to the time the contract is awarded, bidders shall not contact UNICEF on any matter and any attempt to influence UNICEF in its evaluation of the proposals and award recommendation, may result in rejection of the proposal.

7.0 RFP terms, conditions and rights of UNICEF

7.1 This RFP and any responses thereto, shall be the property of UNICEF. In submitting a proposal, the bidder acknowledges that UNICEF reserves the right to:-

(a) Visit and inspect the bidder’s premises;

(b) Contact any clients of the bidder/referees provided;

(c) Request additional supporting or supplementary information;

(d) Arrange interviews with the proposed project team/contractors;

(e) Request clarification on proposals;

(f) Request for technical presentation of the proposals;

(g) Reject any/all of the proposals submitted;

(h) Accept any proposals in whole or in part;

(i) Negotiate with the bidder(s) providing overall the best value proposal(s);

(j) Evaluate Individual or Organizational conflict of interest of the bidder;

(k) Award contracts to more than 1 bidder, as UNICEF considers to be in its best interests;

(l) The bidder agrees to be bound by the decision of UNICEF as to whether his/her proposal meets the requirements stated in the RFP.

7.2 UNICEF reserves the right to invalidate any proposal for reasons mentioned above, and, unless otherwise specified by UNICEF or by the Bidder, to accept any item in the Proposal.

7.3 UNICEF reserves the right to invalidate any Proposal received from a Bidder who, in the opinion of UNICEF, is not in a position to perform the contract, previously failed to perform properly, complete contracts on time etc.

8.0 PAYMENT TERMS

8.1 Payment of professional fee and out of pocket expenses will be made only upon UNICEF’s acceptance of the services/work performed in accordance with the contractual milestones. The terms of payment are net 30 days, after receipt of invoice and acceptance of work/services by the technical supervisor of the contract. Payment will be effected by bank transfer in the currency of billing. Financial proposals should include proposed stage payments.

8.2 Where any payment is made in advance of any deliverables as an advance payment, the payment shall be made against the provision by the Supplier/Contractor/Bidder of a bank guarantee for the same amount, and shall be valid for the period stated in the contract.

8.3 Should the advance payment guarantee cease to be valid and the Supplier fails to re-validate it, a deduction equal to the amount of the advance payment may be made by UNICEF from future payments due to the Supplier under the contract.

8.4 If a Contract is terminated for any reason, the guarantee securing the advance may be invoked in order to recover the balance of the advance still owed by the Supplier.

8.5 The currency of the proposal shall be in USD/ (ETB for local firm) 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 price/rates quoted must exclusive of all taxes as UNICEF is a tax exempt organization.

9.0 Eligible Bidders

9.1 In participating in this RFP, the bidder confirms that:-

a) Has the legal capacity to enter into a contract;

b) Not be insolvent, in receivership, bankrupt or being wound up, not have had their business activities suspended and not be the subject of legal proceedings for any of the foregoing; and

c) Have fulfilled their obligations to pay taxes according to the laws of the Federal Democratic Republic of Ethiopia.

9.2 In order to demonstrate compliance with the criteria in sub-clause 8.2 above , a bidder shall submit along with its bid the following:-

Ø In the case of Ethiopian Bidders only, its certificate of registration from the mandated public body demonstrating its registered supplier status; and

Ø Appropriate documentary evidence demonstrating its compliance, which shall include:

9.3 A bidder shall be required to obtain a certificate of registration from the mandated public body referred to in clause 8.2, demonstrating registered supplier status, as a condition of contract award.

10.0 Full Right to Use and Sell

10.1 The bidder warrants that it has not and shall not enter into any agreement or arrangement that restrains or restricts UNICEF or the recipient Government rights to use, sell, dispose of or, otherwise, deal with any item/reports that may be required under any resulting contract.

11.0 Sub-contracting

11.1 Special attention will be paid to the approach proposed by the Contractor for managing his sub-contractors. Bidder will be required to indicate the kind of work which they plan to subcontract and the name of any companies to which they are intending to subcontract part of the work.

11.2 Subcontracting during performance of the contract is permitted only with the prior written consent of UNICEF. The Contractor remains solely liable for proper performance of the contract.

GENERAL TERMS AND CONDITIONS

1. Acknowledgment copy

Signing and returning the acknowledgment copy of a contract issued by UNICEF or beginning work under that contract shall constitute acceptance of a binding agreement between UNICEF and the Contractor.

2. Delivery Date

Delivery Date to be understood as the time the contract work is completed at the location indicated under Delivery Terms.

3. Payment Terms

(a) UNICEF shall, unless otherwise specified in the contract, make payment within 30 days of receipt of the Contractor's invoice which is issued only upon UNICEF’s acceptance of the work specified in the contract.

(b) Payment against the invoice referred to above will reflect any discount shown under the payment terms provided payment is made within the period shown in the payment terms of the contract.

(c) The prices shown in the contract cannot be increased except by express written agreement by UNICEF.

4. Limitation of Expenditure

No increase in the total liability to UNICEF or in the price of the work resulting from design changes, modifications, or interpretations of the statement of work will be authorized or paid to the contractor unless such changes have been approved by the contracting authority through an amendment to this contract prior to incorporation in the work.

5. Tax Exemption

Section 7 of the Convention on the Privileges and Immunities of the United Nations provides, inter alia, that the UN, including its subsidiary organs, is exempt from all direct taxes (including service tax) and is exempt from customs duties in respect of articles imported or exported for its official use. Accordingly, the Vendor authorizes UNICEF to deduct from the Vendor's invoice any amount representing such taxes or duties charged by the Vendor to UNICEF. Payment of such corrected invoice amount shall constitute full payment by UNICEF. In the event any taxing authority refuses to recognize the UN exemption from such taxes, the Vendor shall immediately consult with UNICEF to determine a mutually acceptable procedure.

Accordingly, the Contractor authorizes UNICEF to deduct from the Contractor’s invoice any amount representing such taxes, duties, or charges, unless the Contractor has consulted with UNICEF before the payment thereof and UNICEF has, in each instance, specifically authorized the Contractor to pay such taxes, duties or charges under protest. In that event, the Contractor shall provide UNICEF with written evidence that payment of such taxes, duties or charges has been made and appropriately authorized.

6. Legal Status.

The Contractor shall be considered as having the legal status of an independent contractor vis-a-vis UNICEF. The Contractor’s personnel and sub-contractors shall not be considered in any respect as being the employees or agents of UNICEF.

7. Contractor’s Responsibility for Employees

The Contractor shall be responsible for the professional and technical competence of its employees and will select, for work under this Contract, reliable individuals who will perform effectively in the implementation of the Contract, respect the local customs and conform to a high standard of moral and ethical conduct.

8. Indemnification

The Contractor shall indemnify, hold and save harmless and defend, at its own expense, UNICEF, its officials, agents, servants and employees, from and against all suits, claims, demands and liability of any nature or kind, including their costs and expenses, arising out of the acts or omissions of the Contractor or its employees or sub-contractors in the performance of this Contract. This provision shall extend, inter alia, to claims and liability in the nature of workmen’s compensation, product liability and liability arising out of the use of patented inventions or devices, copyrighted material or other intellectual property by the Contractor, its employees, officers, agents, servants or sub-contractors. The obligations under this Article do not lapse upon termination of this Contract.

9. Insurance and Liabilities to Third Parties

(a) The Contractor shall provide and thereafter maintain insurance against all risks in respect of its property and any equipment used for the execution of this Contract.

(b) The Contractor shall provide and thereafter maintain all appropriate workmen’s compensation and liability insurance, or its equivalent, with respect to its employees to cover claims for death, bodily injury or damage to property arising from the execution of this Contract. The Contractor represents that the liability insurance includes sub-contractors.

(c) The Contractor shall also provide and thereafter maintain liability insurance in an adequate amount to cover third party claims for death or bodily injury, or loss of or damage to property, arising from or in connection with the provision of work under this Contract or the operation of any vehicles, boats, airplanes or other equipment owned or leased by the Contractor or its agents, servants, employees or sub-contractors performing work or services in connection with this Contract.

(d) Except for the workmen’s compensation insurance, the insurance policies under this Article shall:

(i) Name UNICEF as additional insured;

(ii) Include a waiver of subrogation of the Contractor’s rights to the insurance carrier against UNICEF;

(iii) Provide that UNICEF shall receive thirty (30) days written notice from the insurers prior to any cancellation or change of coverage.

(e) The Contractor shall, upon request, provide UNICEF with satisfactory evidence of the insurance required under this Article.

10. Source of Instructions

The Contractor shall neither seek nor accept instructions from any authority external to UNICEF in connection with the performance of its services under this Contract. The Contractor shall refrain from any action which may adversely affect UNICEF or the United Nations and shall fulfil its commitments with the fullest regard to the interests of UNICEF.

11. Encumbrances/Liens

The Contractor shall not cause or permit any lien, attachment or other encumbrance by any person to be placed on file or to remain on file in any public office or on file with UNICEF against any monies due or to become due for any work done or materials furnished under this Contract, or by reason of any other claim or demand against the Contractor.

12. Title to Equipment

Title to any equipment and supplies which may be furnished by UNICEF shall rest with UNICEF and any such equipment shall be returned to UNICEF at the conclusion of this Contract or when no longer needed by the Contractor. Such equipment when returned to UNICEF, shall be in the same condition as when delivered to the Contractor, subject to normal wear and tear.

13. Copyright, Patents and Other Proprietary Rights

UNICEF shall be entitled to all intellectual property and other proprietary rights including but not limited to patents, copyrights and trademarks, with regard to documents and other materials which bear a direct relation to or are prepared or collected in consequence or in the course of the execution of this contract. At UNICEF's request, the Contractor shall take all necessary steps, execute all necessary documents and generally assist in securing such proprietary rights and transferring them to the UNICEF in compliance with the requirements of the applicable law.

14. Confidential Nature of Documents

(a) All maps, drawings, photographs, mosaics, plans, reports, recommendations, estimates, documents and all other data compiled by or received by the Contractor under this Contract shall be the property of UNICEF, shall be treated as confidential and shall be delivered only to the UN authorized officials on completion of work under this Contract.

(b) The Contractor may not communicate any time to any other person, Government or authority external to UNICEF, any information known to it by reason of its association with UNICEF which has not been made public except with the authorization of the UNICEF; nor shall the Contractor at any time use such information to private advantage. These obligations do not lapse upon termination of this Contract with UNICEF.

15. Force Majeure; Other Changes in Conditions

(a) In the event of and as soon as possible after the occurrence of any cause constituting force majeure, the Contractor shall give notice and full particulars in writing to UNICEF of such occurrence or change if the Contractor is thereby rendered unable, wholly or in part, to perform its obligations and meet its responsibilities under this Contract. The Contractor shall also notify UNICEF of any other changes in conditions or the occurrence of any event which interferes or threatens to interfere with its performance of the Contract. On receipt of the notice required under this Article, UNICEF shall take such action as, in its sole discretion, it considers to be appropriate or necessary in the circumstances, including the granting to the Contractor of a reasonable extension of time in which to perform its obligations under the Contract.

(b) If the Contractor is rendered permanently unable, wholly, or in part, by reason of force majeure to perform its obligations and meet its responsibilities under this Contract, UNICEF shall have the right to suspend or terminate this Contract on the same terms and conditions as are provided for in Article 14, “Termination”, except that the period of notice shall be seven (7) days instead of thirty (30) days.

(c) Force majeure as used in this Article means acts of God, war (whether declared or not), invasion, revolution, insurrection or other acts of a similar nature or force.

16. Termination

If the Contractor fails to deliver any or all of the deliverables within the time period(s) specified in the contract, or fails to perform any of the terms, conditions, or obligations of the contract, or should the Contractor be adjudged bankrupt, or be liquidated or become insolvent, or should the contractor make an assignment for the benefit of its creditors, or should a Receiver be appointed on account of the insolvency of the contractor, UNICEF may, without prejudice to any other right or remedy it may have under the terms of these conditions, terminate the Contract, forthwith, in whole or in part, upon thirty (30) days notice to the Contractor.

UNICEF reserves the right to terminate without cause this Contract at any time upon thirty (30) days prior written notice to the Contractor, in which case UNICEF shall reimburse the Contractor for all reasonable costs incurred by the Contractor prior to receipt of the notice of termination.

In the event of any termination no payment shall be due from UNICEF to the Contractor except for work and services satisfactorily performed in conformity with the express terms of this contract.

Upon the giving of such notice, the Contractor shall have no claim for any further payment, but shall remain liable to UNICEF for reasonable loss or damage which may be suffered by UNICEF for reason of the default. The Contractor shall not be liable for any loss or damage if the failure to perform the contract arises out of force majeure.

Upon termination of the contract, UNICEF may require the contractor to deliver any finished work which has not been delivered and accepted, prior to such termination and any materials or work-in-process related specifically to this contract. Subject to the deduction of any claim UNICEF may have arising out of this contract or termination, UNICEF will pay the value of all such finished work delivered and accepted by UNICEF.

The initiation of arbitral proceedings in accordance with Article 22 “Settlement of Disputes” below shall not be deemed a termination of this Contract.

17. Sub-Contracting

In the event the Contractor requires the services of subcontractors, the Contractor shall obtain the prior written approval and clearance of UNICEF for all sub-contractors. The approval of UNICEF of a sub-contractor shall not relieve the Contractor of any of its obligations under this Contract. The terms of any sub-contract shall be subject to and in conformity with the provisions of this Contract.

18. Assignment and Insolvency

The Contractor shall not, except after obtaining the written consent of UNICEF, assign, transfer, pledge or make other dispositions of the Contract, or any part thereof, of the Contractor's rights or obligations under the Contract.Should the Contractor become insolvent or should control of the Contractor change by virtue of insolvency, UNICEF may, without prejudice to any other rights or remedies, terminate the Contract by giving the Contractor written notice of termination.

19. Use of UNITED NATIONS and UNICEF Name and Emblem

The Contractor shall not use the name, emblem or official seal of the United Nations or UNICEF or any abbreviation of these names for any purpose.

20. Officials Not To Benefit

The Contractor warrants that no official of UNICEF or the United Nations has received or will be offered by the Contractor any direct or indirect benefit arising from this Contract or the award thereof. The Contractor agrees that breach of this provision is a breach of an essential term of the Contract.

21. Prohibition on Advertising

The Contractor shall not advertise or otherwise make public that the Vendor is furnishing goods or services to UNICEF without specific permission of UNICEF.

22. Settlement Of Disputes

Amicable Settlement

The Parties shall use their best efforts to settle amicably any dispute, controversy or claim arising out of, or relating to this Contract or the breach, termination or invalidity thereof. Where the parties wish to seek such an amicable settlement through conciliation, the conciliation shall take place in accordance with the UNCITRAL Conciliation Rules then obtaining, or according to such other procedure as may be agreed between the parties.

Arbitration

Any dispute, controversy or claim between the Parties arising out of this Contract or the breach, termination or invalidity thereof, unless settled amicably under the preceding paragraph of this Article within sixty (60) days after receipt by one Party or the other Party’s request for such amicable settlement, shall be referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining. The arbitral tribunal shall have no authority to award punitive damages. In addition, the arbitral tribunal shall have no authority to award interest in excess of six percent (6%) and any such interest shall be simple interest only. The Parties shall be bound by any arbitration award rendered as a result of such arbitration as the final adjudication of any such controversy, claim or dispute.

23. Privileges and Immunities

The privileges and immunities of the UN, including its subsidiary organs, are not waived.

24. Child Labour

UNICEF fully subscribes to the Convention on the Rights of the Child and draws the attention of potential suppliers to Article 32 of the Convention which inter alia requires that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child's education, or to be harmful to the child's health or physical, mental, spiritual, moral or social development.

25. Anti-Personnel Mines

UNICEF supports an international ban on the manufacture of anti-personnel mines. Anti-personnel mines have killed and maimed thousands of people, of whom a large proportion are children and women. Anti-personnel mines present a serious obstacle to the return of populations displaced from their residences by fighting around their villages and homes. UNICEF has, therefore, decided not to purchase products from companies that sell or manufacture anti-personnel mines or their components.

26. Authority to Modify

No modification or change in this Contract, no waiver of any of its provisions or any additional contractual relationship of any kind with the Contractor shall be valid and enforceable against UNICEF unless provided by an amendment to this Contract signed by the authorized official of UNICEF.

27. Replacement of Personnel

UNICEF reserves the right to request the Contractor to replace the assigned personnel if they are not performing to a level that UNICEF considers satisfactory. After written notification, the Contractor will provide curriculum vitae of appropriate candidates within three (3) working days for UNICEF review and approval. The Contractor must replace the unsatisfactory personnel within seven (7) working days of UNICEF’s selection.

If one or more key personnel become unavailable, for any reason, for work under the contract, the Contractor shall (i) notify the project authority at least fourteen (14) days in advance, and (ii) obtain the project authority’s approval prior to making any substitution of key personnel. Key personnel are designated as follows:

(a) Personnel identified in the proposal as key individuals (as a minimum, partners, managers, senior auditors) to be assigned for participation in the performance of the contract.

(b) Personnel whose resumes were submitted with the proposal; and

(c) Individuals who are designated as key personnel by agreement of the Contractor and UNICEF during negotiations.

In notifying the project authority, the Contractor shall provide an explanation of circumstances necessitating the proposed replacement(s) and submit justification and qualification of replacement personnel in sufficient detail to permit evaluation of the impact on the engagement.

Acceptance of a replacement person by the project authority shall not relieve the Contractor from responsibility for failure to meet the requirements of the contract.

All the other terms and conditions are hereby accepted. The agency will conform to the requirements as listed out by UNICEF.

SPECIFIC TERMS AND CONDITIONS

1.0. Unethical Behaviour

1.1 UNICEF strictly enforces a policy of zero tolerance concerning unethical, unprofessional or fraudulent acts of UNICEF bidders. Accordingly, any registered bidder that is found to have undertaken unethical, unprofessional or fraudulent activities will be suspended or forbidden from continuing business relations with UNICEF.

2.0 Corrupt and Fraudulent Practices

2.1 UNICEF requires that all bidders associated with this Invitation to Bid / Request for Proposal observe the highest standard of ethics during procurement and execution of the work. In pursuance of this policy UNICEF

(a) Defines for the purpose of this provision the terms set forth as follows:

(i) Corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in the execution of a contract, and

(ii) Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the client, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the client of the benefits of free and open competition;

(b) Will reject a proposal for award if it determines that the selected supplier / contractor have engaged in any corrupt or fraudulent practices in competing for the contract in question;

(c) Will declare a bidder ineligible, either indefinitely or for a stated period of time, to be awarded a UNICEF-financed contract if at any time it determines that it has engaged in any corrupt or fraudulent practices in competing for, or in executing a UNICEF-financed contract.

3.0 Guidelines on gifts and hospitality

3.1 Bidders shall not offer gifts or hospitality to UNICEF staff members. Recreational trips to sporting or cultural events, theme parks or offers of holidays, transportation, or invitations to extravagant lunches or dinners are also prohibited.

4.0 Conflict of Interest

(a) Defines for the purpose of this provision the terms set forth as follows

(i)Conflicts of interest can be defined as any situation in which the bidder’s shareholders or its employees or its consultants are in a position to exploit a professional or official capacity in some way for their personal or corporate benefit or in the outcome of this bid.

(ii) An organizational conflict of interest, or OCI, may exist in the same way as described above, in the realm of the bidder providing services to Unicef or its Government partner, where a bidder provides two types of services to Unicef or its Government partner that have conflicting interest or appear objectionable.

(b) Will reject a proposal for award if it determines that the selected supplier / contractor have “Conflicts of interest” in competing for the contract in question;

(c) Will declare a bidder ineligible, either indefinitely or for a stated period of time, to be awarded a UNICEF-financed contract if at any time it determines that the bidder has not declared while bidding for the contract, its actual or potential “Conflict of Interest”, in competing for or in executing a UNICEF-financed contract.

5.0 Disclosure of Conflict of Interest

****(a)****Bidders need to disclose in their bids any actual or potential conflict of interest, whether organizational or individual or economic interest or family ties, that exists or may arise in competing for or in executing a UNICEF-financed contract.

(b) Specifically, bidders need to disclose, the name of the shareholders or employees or consultants who are existing staff members of any United Nations Organizations.

(c) UNICEF will review and evaluate the disclosure. UNICEF reserves the right to invalidate any Proposal received from a Bidder or award the contract who, in the opinion of UNICEF, have “Conflicts of Interest” with the award of the contract, which is detrimental to the interest of UNICEF or not in line with its ethics policy.

6.0 Late Delivery

Without limiting any other rights or obligations of the parties hereunder, if the Contractor will be unable to deliver the services by the delivery date stipulated in the Contract, the Contractor shall (i) immediately consult with UNICEF to determine the most expeditious means for delivering the services and (ii) use an expedited means of delivery, at the Contractor's cost, if reasonably so requested by UNICEF.

7.0 Rights of UNICEF

In case of failure by the Contractor to perform under the terms and conditions of this Contract, UNICEF may, after giving the Contractor reasonable notice to perform and without prejudice to any other rights or remedies, exercise one or more of the following rights:

(a) Procure all or part of the services from other sources, in which event UNICEF may hold the Contractor responsible for any excess cost occasioned thereby. In exercising such rights UNICEF shall mitigate its damages in good faith;

(b) Refuse to accept delivery of all or part of the services;

(c) Terminate the Contract without any liability for termination charges or any other liability of any kind of UNICEF;

(d) for late delivery of services or for services which do not meet UNICEF’s terms of reference/statement of work and are therefore rejected by UNICEF, claim liquidated damages from the Contractor and deducts 0.5% of the value of the services pursuant to a Contract per additional day of delay, up to a maximum of 10% of the value of the Contract. The payment or deduction of such liquidated damages shall not relieve the Contractor from any of its other obligations or liabilities pursuant to this Contract. ANNEX-A

To be attached with both the technical and financialproposals

To be submitted in the letter head of the company/firm submitting the proposal

[Location, Date]

To: UNICEF,

We offer to provide the consulting services for [Insert nameof the assignment] in accordance with the terms of reference, the general and specific terms and conditions specified in your Request for Proposal No. [Insert number] dated [Insertdate] and our technical and financial proposals submitted to you separately under a sealed envelope.

We understand that any contract resulting from this bid will contain the terms of reference, the general and specific terms and conditions specified in the request for proposal and is non-negotiable.

We herewith confirm that all the information and statements made in the technical and financial proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. Our technical and financial proposal is binding upon us and subject to the modifications resulting from contract negotiations. Our technical and financial proposal is valid for a period of 90 days from the bid opening date.

We undertake, if our Proposal is accepted, to initiate the consulting services related to the assignment within [] days/week of signing of the contract.

We understand you are not bound to accept any Proposal you receive.

Name of authorized representative:

Title:

Signature:

Date:

Organization Name:

Postal Address:

Telephone/Mobile No.:

Fax No.: Email Address:

ANNEX-B

TECHNICAL PROPOSAL - CONTENT & FORMAT

The Technical Proposal

The technical proposal of the bidders should contain the following minimum information.

The Technical proposal comprises of four (4) key components background, technical approach, methodology and business plan /work plan and economic capacity. Bidders are urged to present their proposals using the suggested subtitles. UNICEF welcomes new ideas and innovative approaches therefore Bidders are also free to provide, any other information that they deem fit and relevant in support of their bid or solution.

1. Background

1.1 Contractor’s company/firm

In this section the contractor should highlight about their company, how it is organised (organisation structure), its capability and a brief about its key personnel.

1.2 Contractor’s Experience

a) In this section, list maximum 10 names of the clients for whom the contractor has undertaken similar assignments along with the name of the contact person and contact details of its clients.

b) Out of the above list, provide information of 3-5 assignments for which your company and your company’s personnel were legally contracted as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment. You can either use the format specified in Annex-C or provide all the information in your own format.

2. Description of the Approach, Methodology and Work Plan

2.1 Technical Approach and Methodology.

In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

2.2 Quality Assurance.

The proposal should include the bidder’s plan or program for the systematic monitoring and evaluation of the various aspects of the project to ensure that standards of quality are being met.

Business Plan or Work plan

3.1 Business Plan or Work plan

In this chapter the bidder produce a comprehensive Business Plan /Work plan to deliver the overall requirement (ToR). This will include the main activities of the assignment, their content and duration, phasing and interrelations, milestones, key performance indicators (including interim approvals by the Client), and a list of deliverables (reports, drawings, activities) with the estimated delivery dates.

The proposed business plan or work plan should be consistent with the technical approach and methodology, showing understanding of the ToR. This should also be inclusive of the level of effort for each team member and explicitly lay out staff input throughout various stages/components.

The plan MUST identify and present specific steps, components activities in a chronological manner ensuring that quantity is presented clearly, and MUST have attached, a flow chart/ Critical Path Analysis/, Activity Plans etc.

3.2 Organization and staffing of the team for this assignment.

In this chapter you should propose the structure and composition of your team which will be deployed for this assignment. You should list the main disciplines of the assignment, the key expert responsible and proposed technical and support staff along with their curriculum vitae (CVs). It is desirable that the majority of the key professional staff are permanent employees of the bidder or have an extended and stable working relationship with the bidder.

Team composition and tasks assigned. Please provide the details as per the following:

Name of ExpertArea of expertise

/ Qualification Position Assigned No. of days of Input Firm Task Assigned

4. Economic and Financial Capacity

Bidders must also provide proof of their economic and financial capacity by enclosing with their bid the one or more of the following documents:-

i) Appropriate statements from banks;

ii) Most recent audited financial statement;

iii) Balance sheets or extracts from balance sheets for at least the last two years for which accounts have been closed;

iv) A statement of overall turnover concerning the services covered by the contract during the last three financial years.

The Technical Proposal should not contain any price / cost information

ANNEX-C

Contractor’s experience – format

Assignment name:Country:

Location within country: Name of Client: Address: Duration of assignment (months):

Start date (month/year):

Completion date (month/year): Total No of staff-months of the assignment: Approx. value of the contract (in current US$): Approx. value of the services provided by your firm under the contract (in current US$): Name of associated Contracters, if any: No of professional staff-months provided by associated Contractors: Name of associated Contractors, if any: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader etc): Narrative description of Project: Description of actual services provided by your staff within the assignment:

ANNEX-D

Bidders must submit the Business Plan/Work Plan that was produced in the Technical Proposal,this time they must indicate the cost of the various components of the plan. UNICEF willevaluate both technical and price/cost factors and will award to the bidder whose proposal offers the best value for money[1] considering trade-offs between price/cost and technical factors.

NameDescription of

Role/Function Number of Person Days Suggested Fee Rate Amount

(in ETB) USD Total Professional Fees in ETB/USD

ItemsNo. Unit Rate Amount Local/Other Travel Costs (specify) Accommodation and Subsistence per diem

Person / days and cities to be specified (specify) Communication Including Telephones And Postage Documentation And Reporting including computing expenses Any Other Cost (Specify) Total Out of Pocket Expenses in ETB/USD

Total Proposed Cost: USD.********************_********************

The bidders are required to cost for all activities/items proposed in the technical proposal. The above is an indicative list of cost items for out of pocket expenses. Bidders are requested to add or delete budget line items of out of pocket expenses depending on the requirements of the technical proposal. The currency of the proposal shall be in US$. 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 price/rates quoted must exclusive of all taxes as UNICEF is a tax exempt organization.

ANNEX-E

Technical evaluationTender Title Tender Reference Main Criteria Sub Criteria Relevant evaluation capabilities and quality of evaluation outputs Evidence of in-depth knowledge of the key issues and concepts underpinning this evaluation and demonstrated thorough understanding of the ToR and deliverables, with explanation of a fully tailored and innovative approach for this evaluation Credible overall approach to the evaluation, particularly the ‘impact/outcome and output statement’ definition, detailing use of quantitative and qualitative methods Evidence of use of integrated and multidisciplinary evaluation approaches and methods Total 20points Suitable methodology for responding to the programme requirements Quality of the proposed approach and methodology Quality of proposed implementation plan, i.e how the bidder will undertake each task Risk assessment - recognition of the risks/peripheral problems and methods to prevent and manage risks/peripheral problems in the next 3 years. Total 40 points Appropriate personnel and networks to deliver results Skills and capacity of Director and key implementing staff members to deliver an effective evaluation programme including expertise of evaluation methodologies, evaluation synthesis Expertise in conducting evaluation in social protection sector Expertise in conducting quantitative analysis and impact evaluation Total 20points

For this evaluation 80 points are for the technical proposal, 20 per cent points for the financial proposal.

Bidders must score a minimum of 50 points to be considered technically compliant and in order for the Financial Proposals to be opened.

|

ANNEX-F

CHECK LIST

Checklist for submission of proposals

Bid form filled in and signed

Envelope for technical proposal

o Technical proposal

o Technical proposal does not contain prices

o Envelope is sealed

o Envelope is marked as follows:

Name of company, RFP number - technical proposal

Envelope for price proposal

o Price proposal

o Envelope is sealed

o Envelope is marked as follows:

Name of company, RFP number - price proposal

1 outer enveloped

o Containing bid form, envelope for technical proposal, and envelope for price proposal

o Envelope is sealed

o Envelope is marked as follows

Name of company

RFP number

UNICEF XXX

Address

ANNEX-G

Terms of Reference

This ToR outlines the objectives, design, methods, timetable, instruments and indicators for the evaluation of the Social Cash Transfer (SCT) programme for Permanent Direct Support Clients of the Productive Safety Net Programme (PSNP) phase-IV in two regions of Ethiopia. These terms of reference should be looked at in conjunction with the design document and the logframe for the phase-IV of the PSNP, the draft document that outlines the design of the SCT in Oromia and SNNP, and the operations manual drafted in October 2014.

The overall purpose of the evaluation is to provide the PSNP Steering Committee and Donor Working Group, and Regional Social Protection Committee with the information they need to take decisions regarding programme implementation modifications and to provide information they will need to facilitate a discussion with the Ministry of Agriculture (MoA), the Ministry of Labour and Social Affairs (MoLSA), the Ministry of Health (MoH) and Regional Council regarding possible scale-up to MoLSA and BoLSA of Permanent Direct Support Clients of Social Cash Transfers, soft conditionalities linked to nutrition as part of the PSNP and regional social protection plan of action. The implementation modalities of the national Social Protection Strategy and the system approach for the Social Protection sector will also be informed.

To do so the evaluation will:

i) Assess the impacts of the SCT programme on the clients and the communities in which they live (- % of children < 2years with a height for age> -2 Z-score (WHO standards); - % of children under one year participate in at least 6 GMP sessions per year, - % of PW attendance to at least 4 ante-natal care visit; - % of adolescent girls dewormed); children’s dewormed and supplemented with vitamin A; guardians attended community conversation sessions

ii) Evaluate the operational linkages and coordination effectiveness for the system approach of the programme (the extent to which the programme operates in accordance with its design) including recording its capital and recurrent costs at kebele, woreda and regional levels;

a. Assess the capacity of BOLSA to expand their responsibilities in the two regions for the Permanent Direct Support Clients of the PSNP.

b. Assess the coordination between the implementing bodies and use of the MIS as case management tool (presence of an integrated PSNP and CBN M&E system).

c. Has the process been implemented as expected in the operations manual?

d. Have the transaction cost reduced? Or this system have just increased the transition cost of the programme?

iii) Assess the impacts of the soft conditionalities related to nutrition- Is the household dietary diversity of Direct Support Clients and Temporary support clients improved as a consequence of the exposure to the programme?;

iv) look at the effectiveness with which it reaches the target group and delivers the expected social outcomes in nutrition, health, education and child protection;

v) Identify challenges and lesson learned

The evaluation will employ several information collection methods: a quantitative household survey for welfare impact, soft conditionalities impact and operational performance, and quantitative community surveys (to understand issues such as supply side constraints); qualitative focus group discussions with clients, members of the community, programme managers and others; some in-depth interviews; an organisational review; and a cost analysis.

Evidence about social welfare impact, operational and coordination capacities, and soft conditionalities impact effectiveness is necessary to inform the decision on whether to scale up to regional/national levels. Information on operational effectiveness is also necessary in order to understand what changes to the design of the programme will be necessary if scaled up.

The evaluation is commissioned by UNICEF as member of the PSNP Donor Working Group, and the two Regional Social Protection Committee in Oromia and SNNP regions. The PSNP Steering Committee is chaired by a representative of the Ministry of Agriculture and includes members of the MOLSA, MOFED and MOH. At the regional level, the Social Protection Committee is chaired by the head of the Bureau of Labour and Social Affairs (BoLSA) and includes members from the Bureau of Finance and Economic Development, Bureau of Women’s Affairs, Bureau of Health, Bureau of Education, Bureau of Agriculture and international partners providing technical and financial support for the sector.

The evaluation questions address the widely-used five OECD-DAC criteria: efficiency, effectiveness, sustainability, relevance and impact. The overall objective of the evaluation is to answer the following main questions, which have been detailed in the programme document:

· What is the extent of impact on men and women participants attributable to the pilot programme?

· Has the SCT programme had a substantial impact on members of male and female HH’s welfare?

· Have welfare improvements in nutrition, education and child protection, if any, been in proportion with the investments made, or the value for money of the prorgramme?

· Have soft conditionalities additional impact on male and female HH’s welfare?

· What is the impact or incentive effect of imposing soft conditionalities on clients? What is the cost of doing so, for both households and the government? If households fail to comply with the soft conditions, why is this so?

· Has the coordination and operational modalities between the bureaus, i.e. social affairs, health and agriculture, involved in the implementation been efficient and effective to reach the targeted clients?

· Would be a similar region wide programme be affordable? And what would be the costs associated with a scale up at regional level?

· What have been the financial and human resources inputs from the regional government ( bureaus/ woredas) into the program?

· On that basis, should the programme, or a variant of it, be scaled up to a regional/national level?

· If the programme is to be scaled up, which aspects of its operation and coordination mechanism must be modified or strengthened for it to operate effectively at a regional/national level?

· Which aspects of good practice should remain the same and be replicated in the PSNP Phase IV?

This evaluation distinguishes three types of information necessary to answer these questions: impact on participant households, especially impact on children and women; operational and coordination performance of the implementation, including costs broken down by capital and recurrent costs as well as identifying and addressing cross cutting issues like gender, and how they change in start-up and maintenance phase.

Four main activities will be undertaken: 1) a quantitative survey of households and communities; 2) an organisational review; 3) qualitative data collection; and 4) a cost analysis with a focus at the direct investment which will be required from the regional government in case of scaling up.

These activities will use a number of instruments: a) Quantitative surveys with anthropometric measure: Household and community surveys (baseline, follow-up, and endline); b) Qualitative: focus groups, with a range of different groups in beneficiary and comparison communities; and in-depth interviews; c) Cost analysis.

In view of a criteria-based (non-random) assignment of locations to receive the SCT programme, a quasi-randomised evaluation is envisaged to determine the welfare impact of the SCT programme on the clients. With information collection using a household questionnaire through surveys, the evaluation will estimate the impact of the programme by comparing baseline, follow-up and endline on a series of indicators in both intervention and comparison communities. The evaluation should employ a panel design. The evaluation will attempt to estimate the impact of implementing soft conditionalities on clients’ level welfare outcomes. Information on operational and coordination effectiveness will be derived from the final round of the quantitative survey. Some questions will be addressed through the qualitative studies and the organisational review. Costing information will come from the cost analysis. The activities that provide information on the main groups of indicators, together with their timing, are outlined in Table 1. Two follow-up quantitative surveys are envisaged. The follow-up survey is proposed to take place one year and half after the baseline survey, and the endline survey will be 3 years after the baseline survey.

IndicatorsBaseline

March 2015 Mid-line

September 2016 End-line

Dec 2017 1. Welfare measures HH & community survey HH & community survey HH & community survey 2. Programme operations and coordination: Beneficiary reports -- Qualitative methods

& in the HH & community survey Qualitative methods

& in the HH & community survey Other operational measures HH & community survey;

Initial organisational review Organisational review

Case Management of clients

MIS Organisational review

Case Management of clients

MIS Related services (health, nutrition, child protection and education) HH & community survey (integrated) HH & community survey (integrated) HH & community survey (integrated) 3. Cost Cost analysis Cost analysis Cost analysis

Outcomes of the Programme:

Contribute to reduction of poverty and undernutrition of vulnerable and poor households;

Increase access to basic social services, with a focus on health and nutrition services for adolescent, pregnant women and young children;

Generate information on the feasibility, cost-effectiveness and impact of multi-sectoral interventions including a social cash transfer scheme administered by BoLSAs and integrated into the next phase of Productive Safety Net Programme;

Indicators of outcomes:

% of children < 2years with a height for age> -2 Z-score (WHO standards);% of children under one year participate in at least 6 GMP sessions per year,% of PW attendance to at least 4 ante-natal care visit;% of adolescent girls dewormed;presence of an integrated PSNP and CBN MIS and M&E system.

Outputs of the programme

Result 1: 60% of pregnant women and mothers of children < 1 year among clients of PSNP participate in nutrition services in the targeted Woredas

Indicators Result 1: - % of HH under Direct Cash Transfer Clients, - % of Lactating women who are clients of PSNP attending at least 6 BBC session per year - % Pregnant women who are clients of PSNP attending at least 6 BCC session per year;

Result 2: 70% of Kebeles with a school nutrition club in the Woreda enabling increased access to information on nutrition through primary and secondary schools using children as champions for change in their communities.

Indicators Result 2: - % of schools with a nutrition club established; % of school children who know what a balanced diet is. % of Kebeles with a school nutrition club

Result 3: 10% of children 6-11 months of age among household clients of PSNP have access to adequate dietary diversity (minimum 4 food groups)

Indicators Result 3: % of DAs trained on nutrition activities; % PSNP clients with a home garden; % of mothers who are PSNP clients with children 6-11 months who know about dietary diversity. % of children 6-11 months of age among household clients of PSNP have access to adequate dietary diversity (minimum 4 food groups).

Result 4: Increased coordination of nutrition interventions at Federal, regional and Woreda level and integration of nutrition interventions into the PSNP

Indicators Result 4: Number of ToR with nutrition and PSNP integrated developed for coordination; Number of coordination meetings at the regional and Woreda level; Integrated M&E and MIS system linking CBN and PSNP available.

The main child and household welfare measures proposed are listed below:

§ Health and Nutrition:

Number of antenatal and postnatal care visits and timing of first visit;Delivery at health facility;Time after delivery of mother's first postnatal check-up;Vaccination rates of children aged 12-36 months;Child malnutrition: stunting, underweight, wasting under 5; andIncidence of diarrhoea and fever in children under 5.

§ Education:

Pre-primary, primary and secondary education enrolment rates and attendance rates.Rate of retention at primary and secondary levels.

§ Household consumption and poverty:

Household spending on food, processed food, primary school costs, health services and associated costs including transport and medicines; andTotal (per capita) consumption levels in the household.Poverty level (gap or head count)

§ Child protection

Children labour and work: children in work, both on farm and off farm, at home and outside the home (extent of participation, time spent)Separation of children from their familiesRegistration of children at birth

§ Adult labour:

Time on farm and off farm, paid labour and domestic activities.

§ Use of cash disbursed:

Proportion of cash disbursed to older persons spent on childrenProportion of cash disbursed to disabled persons spent on children

In addition to the main welfare measures, the evaluation will seek to measure a set of related indicators. These include:

§ Important health-determining behaviour, such as: maternal, carer and child attendance at health and nutrition education / growth monitoring sessions; carer knowledge of health issues covered by these sessions; prevalence and impact of adult chronic illness;

§ Household relations around expenditure, including who makes decisions within the household on how to spend the cash;

§ Impact on support from other households and programmes

§ Impact on household economic and investment activities, in particular agriculture (crop and livestock). This includes production techniques related to climate change.

§ Economic and social costs for households included in the scheme and impact on social relations; and

§ More complex or subtle effects may only be investigated in the qualitative studies.

Aside from questions of impact, the evaluation will assess the extent to which the programme is managing to operate according to its design. The main dimensions which are relevant are:

§ Institutional relationships and coordination between different bureaus involved in the implementation;

§ The adequacy of operational processes, particularly payment and in the application of soft conditionalities;

§ The adequacy of operational process for the case management of clients between stakeholders;

§ Beneficiary and other stakeholder perceptions of the programme;

§ Cost and cost-effectiveness of programme delivery mechanisms;

§ Management and Information System and its use for case management by Social Workers, Health Extension Workers, Development Agents etc.

These issues will be informed by the operational review, elements of the quantitative survey, the qualitative survey and the cost analysis. The more qualitative elements are outlined under the studies that will address them.

The following issues should be considered on the extent to which the findings from the SCT programme can be assumed to represent what would happen on a regional/national scale.

Selection of places for programme operation: The selection of woredas for the SCT Programme was non-random which may introduce selection bias. The programme and comparison locations must remain as programme and comparison locations at least until the end line survey in 2017.

Extent of external support: The evaluation should seek to identify the difference between the operational aspects of the SCT Programme that would be replicated at scale up to regional/national level in PSNP areas, and those that would not – it should be as realistic a test as possible of the programme as it will scale up. The SCT programme should operate as far as possible with similar levels of financial and management support to those expected to be in place if the programme ran at regional/national level in PSNP areas, including the levels of support provided by UNICEF. Atypical start-up factors that cannot be avoided, and any limitations to the external validity of the pilot or implications for scaling up that result, should be identified by the evaluation.

Evaluation management

The evaluation will be managed by UNICEF as member of the PSNP DWG and the Regional Social Protection Technical Committee of each region chaired by the Head of the BoLSA. The evaluators will report to both i.e. UNICEF and BoLSA.

No.Description Due Date 1 Draft inception report articulating the evaluation design, sampling methods and tools/instruments for the baseline survey – at the start of the contract February 2015 2 Final design of the evaluation approved by the technical committee for the pilot February 2015 3 Baseline survey March 2015 Baseline survey report based on a review with the PSNP and regional technical committee completed report along with raw datasets with quality assurance using double data entry procedures in CSPro/SPSS/Stata format and completed questionnaires. Both clean raw as well as prepared data will be made available, accompanied by all statistical programmes required to prepare the data and carry out analysis, so the baseline results can be replicated independently. All household and community identifiers will be included with the data. September 2015 4 Mid-line survey September 2016 5 Mid-line survey report based on analysis and review by the PSNP and regional technical committee completed capturing any conclusions and action points taken by the PSNP and regional technical committee to modify any aspect of the programme along with raw datasets with quality assurance using double data entry procedures in CSPro/SPSS format and completed questionnaires. Both clean raw as well as prepared data will be made available, accompanied by all statistical programmes required to prepare the data and carry out analysis, so the mid-line results can be replicated independently. All household and community identifiers will be included with the data. December 2016 6 Workshop for technical and steering committees reviewing the results of the baseline and follow-up surveys December 2016 7 End-line survey December 2017 8 Comprehensive impact evaluation report and its Social Policy Brief, including analytical findings using raw data from baseline and follow-up surveys along with raw data sets (CSPro/SPSS/Stata format) for the endline survey and completed questionnaires and monitoring and evaluation instruments. Both clean raw as well as prepared data will be made available, accompanied by all statistical programmes required to prepare the data and carry out analysis, so the final results can be replicated independently. All household and community identifiers will be included with the data. The findings of the end-line quantitative survey, the costing work, the operational review and final qualitative work will be synthesised into a single report addressing the main evaluation questions. March 2018

Expected background and experience

The evaluation will be conducted by a registered institution or a team of freelance consultants. It is proposed that the evaluation team consist of one or two international experts in social cash transfer evaluation teamed with a national research firm experienced in quantitative and qualitative household surveys. The team leader will have the responsibility for all negotiations, decisions, and deliverables. The technical work is to be divided between the team leader and the team members.

Therefore, bidders for this contract are expected to provide:

One team leader:

Extensive evaluation expertise and experience (at least 8 to 10 years) and a strong commitment to undertake the evaluation.Knowledge of institutional issues related to development programming (including funding, administration, the role of the UN system, partnerships, human rights and sustainable development issues)Familiarity with social protection policies and programmes with a focus on social cash transfer programmes and their evaluationTeam leadership and management, interpersonal/communication skillsExcellent analytical and writing skills

National Institution

Strong evaluation expertise and experience (at least 5 years), including methodological and data collection skills;Demonstrated skill in conducting evaluations including cost analysis and household surveys in EthiopiaTeam work and inter-personal communication.

All members of the team should be established experts in their respective fields and have an excellent knowledge of evaluation norms, standards and approaches.

The UNEG Norms and Standards[2] will be applied in the course of this evaluation.

The institution will be responsible for the administrative management of the evaluators taking part in field work. UNICEF will have no liabilities in terms of provision of transport or insurance.

Institutions should submit to the Ethiopia UNICEF Country Office supply section with a proposal detailing: (1) how they are going to undertake the evaluation, including a detailed budget breakdown (2) Proposed activity timeline in accordance to the timeline above (3) credentials of the institution and structure of the evaluation team including the c.v. of the team leader and the manager of the national institution. (4) along with copies of legal and registration documents of the institution.

[1] Achieving Value for Money is also often described in terms of the 'three Es' - economy, efficiency and effectiveness. The definition of the threeE’s approved by the Value for Money Committee is as follows:Economy - careful use of resources to save expense, time or effort. Efficiency - delivering the same level of service for less cost, time or effort. Effectiveness - delivering a better service or getting a better return for the same amount of expense, time or effort.

[2] http://www.uneval.org/docs/ACFFC9F.pdf

Interested and eligible bidders from INTERNATIONAL organizations are invited to collect the complete tender documents by sending an email to Mr. Sebastian Muzuma (smuzuma@unicef.org) or Mr. Deresse Damte (ddamte@unicef.org) starting from 14-Jan-2015 (Wednesday). Proposals are to be submitted to UNICEF Ethiopia Office on or before 9.00 am (East African Time) 16th February 2015 (Monday). Please quote the RFP nr. 9116749 in all your correspondences. Due to the nature of the bid, there will be no bid public opening for this offer. UNICEF reserves the right to accept or reject part or all of any or all bids. ADDRESS: UNICEF Ethiopia, UNECA Compound, NOF Building, 2rd floor Supply Section, Attn. Mr. Sebastian Muzuma / Mr. Deresse Damte, P.O.BOX 1169, TEL: +251-11 518 4233 / 4167, Addis Ababa, Ethiopia.

No comments:

Post a Comment