Annual Joint Water, Sanitation and Environment Sector Review for 2017
The purpose of this Request for Proposals for Services (“RFPS”) is to invite proposals for To undertake a joint sector review for water supply, sanitation, water resources management and environmental management with a view to identify the key bottlenecks and to improve effectiveness, efficiency and sustainability.
TERMS OF REFERENCE
1.0 Background
The Government of the Republic of Zambia (GRZ) and water and sanitation sector Cooperating Partners (CPs) in 2006 institutionalized the annual Joint Sector Review (JSR) process as an instrument to take stock of progress, achievements, bottlenecks and weaknesses in water supply and sanitation as well as the water resources management and development and the related water subsectors. The lessons learned and the recommendations that ensued from the JSR process would then form part of the discussions between the GRZ and the CPs as well as other stakeholders in the water and environment sector to engage the Government to make informed decisions in so far as the development of these sectors is concerned.
It is against this background that the Ministry of Water Development, Sanitation and Environmental Protection (MWDSEP) plans to conduct the 2017 JSR, which will include the review of issues for water and sanitation as well as the environmental management sub-sectors. The 2017 JSR will build upon the findings and recommendations of the last JSR conducted in 2014, which were summarized and highlighted in an aide memoire (AM) and earmarked for adoption through a follow-up matrix. As was the case with the findings of the 2014 JSR, the aide memoire shall instruct the high level dialogue between GRZ (MWDSEP, MNDP, MoGE, MLG, MoA) and CPs during 2018.
2.0 Description of the assignment (Scope of work) / SPECIFIC TASKS
The consultants will carry out the following specific tasks:
- Take stock of and assess the recent developments in the four sub-sectors through assessing the;
- Progress, in terms of (a) rural and urban water and sanitation services (coverage against SDG targets); (b) WRM and agriculture related infrastructure development; (c) environmental protection
- Quality of planning and budgeting processes at macro, macro and micro levels, elaborating on effectiveness and efficiency (including CPs’ financial and TA support mechanisms and other financing mechanisms (the ordinary public financial management (PFM) system, basket financing mechanisms at ministry level, trust funds, programmes/projects);[1]
- Level and efficiency of implementation of work plans and budgets, and general quality of selected physical infrastructure; and
- Design and effectiveness of M&E systems;
- Analyze achievements at policy level, describe remaining structural weaknesses and key challenges in the sub-sectors;
- Analyze and assess the current institutional setup of the sector (s); determine to what extent these are efficient and effective, describe the weakness and suggest the best how best these can be improved to deliver the overall objective of the sector.
- Assess effectiveness and efficiency of communication mechanisms between GRZ, CPs and other key stakeholders;
- Establish a set of recommendations in form of an aide memoir on how systems should/could be structurally, gradually and practically be improved in terms of (a) policies/strategies; (b) planning and budgeting processes, (b) implementation mechanisms, (c) M&E instruments and reporting tools[2] (d) communication between key actors;(e) inter-sectoral inter-action and cooperation (nexus water – energy – food security, incl. health & hygiene);
- Develop a follow-up matrix with key action areas, outputs and milestones for the sub-sector activities for next 12 months and propose follow-up procedure;
- Assess degree of harmonization and alignment achieved as it was intended and stipulated in the national programs and MoU, and contribute to a broad learning exchange on sector development between stakeholders.
4.1 Methodology:
The consultant shall carry out the analysis based on review of key sector documents and reports (desk study), meetings with the key actors, and field visits, as per below details:
- Desk Review
Review of the relevant literature including, inter-alia, sectoral policies, plans, guidelines, programme documents, progress reports and other related documents.
- Meetings with Key Sector Partners
Hold meetings/undertake consultations with the key line government agencies in Lusaka (including but not limited to) MWDSEP, Ministry of Health, Ministry of Local Government, MoCTA, NWASCO, Ministry of NDP, Ministry of Finance, Lusaka WSC, selected district governments as well as key development partners (including but not limited to the World Bank, AfDB, MCC/MCA, UNICEF, GIZ etc.).
- Field visits
Field visits to relevant sites and institutions on macro and micro level is foreseen within selected areas. The visit will be representative in terms of success stories and/or challenges, in order to animate the debate at national level (workshop). With regard to time and resources available, the following sample has been proposed to collect the information and informed opinions from the field:
S.No
Province
District
Name of the Partners to be met
1
Eastern Province
Chipata
Chipata, Eastern Province P-DHID, Eastern WSC, PDWRD
2.
Northern Province
Kasama
Kasama, Northern Province P-DHID, Northern WSC, SNV
3.
North-Western
Solwezi
Solwezi, North-Western P-DHID, North-Western WSC
4.
Southern Province
Choma
Choma, Southern Province P-DHID, Southern WSC
5.
Lusaka Province
Lusaka
Lusaka WSC, WaterAid, NGO WASH Forum, World Bank, AfDB, GIZ, NWASCO, DFID, MoF, MNDP, WARMA, ZEMA, MWDSEP (DWRD, DWSS, DPI, DEP, Finance), DHID-MoLG, MoCTA, KfW, WASH-USAID, WASH-UNICEF, MoA, MoH, JICA, Chinese Embassy, MCC/MCA, WASAZA, UNZA,
Further, the consultant must visit relevant water infrastructure implemented by DWA (DWRD) or MoA, (to be condensed in the inception report), situated within the above provinces. The consultants may propose changes or additions to the above schedule to facilitate data collection in a more effective and efficient manner.
Interviews and field visits shall be supported by the secretariat of the Task Force, which will be established by MWDSEP to oversee this assignment and provide necessary strategic guidance and advice to the consultants. The consultant shall present draft final report to the Task force and thereafter his findings to the stakeholder workshop, taking into account comments and observations from the stakeholders in their final review report.
The review process shall be carried out in two-steps.
Step 1 – Assessment phase
During the first part of the review process, the consultants will analyze progress in the four sub-sectors, as follows:
- Assessment of the progress against the recommendations of the previous Joint Sector Review (2014) and the end-term review 2017 (NRWSS programme). This will be carried out on the basis of existing reports, studies and any other relevant information. They shall cross-check/validate their assessment through interviews with representatives of institutions, service providers and relevant key stakeholders, at macro, macro and micro level (within selected areas), as outlined earlier.
- Assessment of the main shortcomings in terms of national and sector policies, sector strategies / strategic plans, implementation plans and budgeting procedures, as well as monitoring and evaluation, using e.g. the SWOT methodology.
- Overview of the different kinds of support (TA, project based support, basket funding etc.) that CPs have effected, are effecting and are willing to provide in the near future.
- Identification of “hot topics” (bottlenecks) that could be tackled by working groups during the main review meeting.
The assessment phase will cover, but may not be limited to, the following aspects namely:
- Experiences with the JSR 2014 follow-up process
- Level of realisation of the recommendations contained in the AM / follow-up matrix;
- Relevance and effectiveness of the JWSR follow-up process (development and signature of the aide memoire (AM) and follow-up matrix; follow up of recommendations and milestones of the matrix, communication of the follow-up progress to stakeholders);
- Conclusions and recommendations regarding the review process (e.g. relevance of the process, ownership, embedding into GRZ M&E systems).
- General topics
- Level of sub-sector and inter-sector cooperation (between the sub-sectors, and with other related sectors e.g. energy, health, education, agriculture…);
- Level of cooperation with CPs, level of completeness and use of the CP/GRZ project matrix; level of organization of communication and cooperation with sector actors and others (e.g. through “troika” meetings, technical and policy meetings, including High Level Meetings Ministry/Troika, sector advisory groups (SAG), Sector Steering Committees, in terms of relevance and effectiveness;
- Practice of stakeholder communication since JWSR 2014; challenges and vision of GRZ to revitalize stakeholder participation at national, provincial, district and ward (local) level;
- State of development of policy instruments and strategies in the water sector;
- Level of funding by GRZ and CPs as compared to planned needs (i.e. NUWSSP, NRWSSP, water resources infrastructure development, water supply, sanitation, environment and WRM);
- Effectiveness of capacity building programmes to the sector (to be developed under each sub-sector as well).
- Status on gender mainstreaming and social inclusion in all programming and activities
- Sector Governance
- Potential of the new Ministry (MWDSEP) for sector development;
- Status of roll-out of the structures of the new Ministry (MWDSEP) and level of realization of that potential, through the institutional changes effected, in particular at province, district and ward levels (e.g. vision and status of integration of former DHID and DWA structures at local level; development of decentralised support/services function for water services, resources management and infrastructure development);
- Coherence of the new mandates, potential and actual level of institutional cooperation between sector actors under the new Ministry (e.g. responsibility to govern the constitutionally devolved functions of water supply and sanitation mandated to Local Authorities (LA), asset holders of CUs, and MWDSEP covering the infrastructure development aspect and regulation (NWASCO);
- Coherence of policies and strategies, legal framework and regulatory regimes under the new vision of GRZ and with regard to new sector challenges; (development and status of the approval process of the WSS policy integrating solid waste management);
- Development of budgetary allocation for the sub sectors and level of budget execution in line with these allocations.
- Experiences with and status of discussion regarding financing strategies for sustainable sector development; actual practice and vision for future implementation mechanisms (experience of sub-sector baskets for rural and urban WSS; development of the sector wide Water Development Trust Fund by sector actors; status of the feasibility study on the WDTF)
- Implementation process for the national Water Supply and Sanitation Capacity Development strategy (MLG); status of capacity development instruments and relevant actors for water and sanitation services; Status of decision making and vision for implementation on a sustainable system for capacity development in the water sector (e.g. PPP with FQM within the Solwezi Trades and Training Institute; support through the Swiss NGO “Water-for-Water” to capacity building; results of the PPIAF funded feasibility study on the topic and current level of thinking e.g. on the institutional anchorage / status of decision making process / potential financial contributions by GRZ and development partners to implement the CB system)
- Status of (sub-) sector M&E systems and GRZ reporting systems and development regarding the recommendations on key performance indicators (KPI) proposed by the JWSR 2014 (reference World Bank supported consultancy to develop M&E framework and WSS annual sector report format).
- Status of regulation and enforcement instruments with regard to the three regulators ZEMA, WARMA, NWASCO; potential of developing their cooperation, in particular at regional level (inspection function). Status of enforcement mechanisms of the regulators and under local government; way forward.
- Rural water and sanitation services (MLG; MWDSEP)
- Overview of ongoing projects (financial), status of implementation, major bottlenecks (in close cooperation with MWDSEP, MLG and CPs);
- Level of performance in physical and financial planning, implementation and M&E at provincial and district level; (e.g. use of the “management checklist” developed in Eastern Province)
- Status of development of the information management system (IMS) at various levels, solutions proposed actually for its development, institutional arrangements to integrate, operate and maintain the system(s), at various levels (national, provinces, districts);
- Availability and stability of human resources at provincial and district level; comparison planning (needs assessment) against actual status;
- Level of implementation of the instrument of the rural basket (procedures in place, performance, perspectives, cooperation with the provincial and district, potential for additional partners);
- Rural sanitation and hygiene promotion, cooperation with the health sector and education sector, school sanitation, health & hygiene;
- Status of development of the new rural water and sanitation programme and appropriateness of its fundamental concepts and definitions, orientation and practicability of its implementation;
- Status of development of the regulatory framework for RWSS, under NWASCO
- Summary on evidence of impacts in terms of improved living conditions of the population, if data available (perception of services delivered, evidence of changes, from various reports).
- Urban water and sanitation services (MWDSEP; MLG);
- Overview of ongoing projects (financial), status of implementation, major bottlenecks (in close cooperation with MWDSEP, MLG and CUs);
- Development of KPI in the urban WSS sub-sectors (coverage/access, level of NRW; financial status of the commercial utilities; specific aspects like asset management, use of GIS tools; on-going innovations); Appreciation of the financial viability of the large, medium and smaller CUs;
- Status of development of the revised national information system (NIS, NWASCO);
- Current level and practice of investment planning in CU;
- Organization and level of communication of CUs with LAs and other actors (e.g. industries, mines) in their specific context;
- dynamics of development of urban sanitation (ongoing activities, national sanitation strategy 2015: development process of the strategy by MLGH;: mechanisms to implement the strategy; relevant experiences on the ground, e.g. in Lusaka Sanitation Programme and the Lusaka Water Supply, Sanitation and Drainage Project (LWSSDP) financed by MCC/GRZ, under implementation by LWSC/MCA-Zambia) status of development of peri-urban sanitation regulations by NWASCO;
- Water Resources Management (MWDSEP/DWRD/WARMA)
- Status of the reform process towards the institutions foreseen by the WRM Act 2011: from DWA/Water Board to WARMA/DWRD (level of roll out of WARMA, operational capacities, development of HR at WARMA; effectiveness of HR transfer from DWA/Water Board to WARMA/DWRD); pertaining key bottlenecks of the reform process;
- Status of establishment of Catchment Councils and Water User Associations, as well as development of catchment management plans;
- Status of implementation of water resources information management systems at national and catchment levels;
- Attributions for DWR&D after the reform process as laid down in the Water Resources Management Act of 2011, and in reality; opportunities to increase efficiency by integrating WSS and WRM structures, in particular at local and provincial levels;
- Necessity of further strategic orientation to implement WRM effectively (pending development of a national WRM strategy and action plan).
- Water infrastructure development (MWDSEP, Ministry of Agriculture)
- Infrastructure implementation activities of DWRD (e.g. Under the ZWRDP program funded by the World Bank; relevance of procurement and efficiency of in-house drilling activities for rural water supply; small dam construction);
- Infrastructure implementation activities of Min of Agriculture (drilling activities for water for irrigation, small dams for drinking water for livestock/ human needs; number of dams / boreholes / irrigation schemes constructed since 2014 versus yearly budget; addition of area under irrigation in Ha versus yearly budget; data on projects and source of funding;
- Review the process of operation and monitoring (O&M) of existing infrastructure
- Cooperation and consultation between Min of Agriculture, MWDSEP and MLG (ex. Under Regional Planning) on water infrastructure development (at planning stage on e.g. small dams, boreholes: relevant for water resources planning and management at catchment level, under WARMA);
- Capture data on source of funding for whatever projects implemented;
- Cooperation between Ministry of Agriculture and MWDSEP on infrastructure development;
- Financing mechanism (Is the legal provision for the Water Development Trust Fund potentially an effective and efficient means for planning, financing and implementation for water development?);
- Infrastructure development orientation of policy objectives.
- Solid waste management development (MWDSEP/ZEMA, MLG)
- Status of SWM practices in rural and urban areas (ref. baseline study in Mtendere by MCA-Zambia under the LWSSDP, 2016; Solwezi urban baseline survey/SUBS 2016; ILO Study on Waste as a Resource; CARE International work on waste-water tariff bundling; others)
- Experiences with the performance of various institutional set-up (ex. Lusaka, Copperbelt SWM Company; others)
- Status and vision for updating the SWM strategy 2004, including the question who has actually the mandate in SWM;
- Aspects of regulation of SWM service provision as proposed under the draft WSS policy (draft March 2016)
- Appropriateness of the institutional set-up and actual studies to develop the set-up (ex. MCA-study on institutional set-up for Lusaka, under the LWSSDP; level cooperation between MLG, responsible for SWM, and MWDSEP).
- Environmental Protection (MWDSEP/ZEMA)
- Policies, legislations, strategies and plans and other regulatory frameworks in environment sector;
- Level of budgetary support to the environmental protection programme the country;
- Community (stakeholder) contribution to protection of the environment;
- Political, social, cultural and economic situation prevailing in the country vs the integrity of the environment, sustainable development;
- Sector contribution to socio-economic development, poverty alleviation, wealth and employment creation;
- Contribution of the sector to other economic development activities such as agricultural productivity, tourism development etc.;
- Challenges of institutional set up for pollution control and waste management and air pollution measurements
- Synergies, networking, and collaboration among institutions dealing with environmental protection.
Step – 2: Stakeholder workshop and preparation of the aide memoire
The consultants will facilitate a key stakeholder workshop which will be organized by the MWDSEP to debate on the findings of the review through thematic discussions on a number of strategic topics, and prepare recommendations to be integrated in the aide memoire. The consultants will also draft the aide memoire and its follow-up matrix, which shall form the basis for the high level policy dialogue during the year (e.g. cluster advisory group (CAG) and Steering Committees for Water Supply and Sanitation and Water Resources Management).
Expected Deliverables
The main deliverables/time lines for this assignment are as follows:
Tasks
Expected Output
Deliverables
Timeframe
(Tentative)
- Inception phase
Work plan, timeframe and methodology and tools for data collection to be used
Inception Report within two weeks of signing of the contract
Two weeks
- Desk review and fieldwork
- Recommendations for the 2017 Sector Work Plans containing the sub-sector work plans.
- The linkage between the CPs contributions (be it in kind as project based aid or in financial transfers into sub-sector funding mechanism); and the plans, capacities and budgets of key ministries, departments and sector institutions.
- The key actions, milestones and outputs for the coming (24) months and the main opportunities/constraints and challenges ahead.
- Updated data on GRZ allocations and expenditures in the national budget and from CPs, and budget performance; use format provided in Public Expenditure Review (PER) Report on Resource Allocations and Financial Flows.
- Review of Seventh National Development Plan (2017-2021) water chapter and its implications on policy measures and actions as well as on implementation framework, coherence of the indicator systems (7th NDP, SDG, national Programnmes, KPIs).
- Any other recommendations
Preliminary JWSESR Report within 8 weeks of signing of the contract
Six weeks i.e. four weeks for desk review and field work and two weeks for report writing
- Stakeholder workshop to present findings of the review and recommendations
Report of workshop proceedings with inputs from participants for incorporation into the Report.
Stakeholder Workshop Proceedings Report within 10 weeks of signing of the contract
One week - workshop organization and report writing
- Analyse information /data and revise the draft report
Compiled findings and recommendations
Draft JSR Report within two weeks of holding of the workshop
Two weeks
- Receiving consolidated comments from CAG and other stakeholders
JWSES Review in line with CAG needs
- Final Report on JSR Review
- Power Point Presentation
- Digital copies and raw data
Two weeks
- Prepare Aide Memoire for GRZ (MWDSEP) and CP Lead
Follow-up Matrix for GRZ Ministries and Departments; and CPs to implement
Aide Memoire with Matrix
One week
REPORTING REQUIREMENTS
Please refer to section 6 “expected deliverables” for the reporting requirements.
PROJECT MAnagement
For coordination purposes and as expounded in the seventh National Development Plan 2017-2021, the WASH/Health Cluster Advisory Group (CAG), an assembly of sectors sharing common overall objectives under the leadership of the DPI in the MWDSEP will lead the oversight of the Consultant on one hand. In particular, the JSR review exercise and consultant may be directly supervised by a JSR Task Force (Government and CP agencies participation) established for this special purpose.
UNICEF WASH Section Chief as a recruiting and interested party will provide supportive supervision of the Consultant. This supervision will take the form of the following:-
- Bi-Weekly (fortnightly) Meetings at UNICEF to brief the WASH Chief of progress and challenges being faced by the Consultant in the Field. A schedule will be agreed upon with the Consultant once on board;
- UNICEF WASH Chief will receive a note for the record to pay the Consultant from the Task Force headed by the Director of DPI in MWDSEP after the Consultant submits a deliverable as per an agreed schedule and form;
- UNICEF WASH Chief will receive any such request from DPI to pay the Consultant together with such deliverable in hard bound copy and soft copy delivered by email (editable word document, excel table if any used, power point presentations, and a final pdf document)
LOCATION AND DURATION
The Consultant will be working from Lusaka with travel into provinces and districts. The duration of the consultancy is a total of 3.5 months from inception to delivery of the final report and aide memoire. The period includes mobilization, literature review, and interviews with stakeholders, field visits, consultations with the Task Team and final report preparations. A detailed schedule on milestones for the deliverables shall be established in the process, if necessary. The review will be conducted over a period of approximately fourteen weeks.
PAYMent schedule
Payment[3]
Conditions
First payment – 10% of contract value
Upon submission and acceptance of the inception report
Second Payment 40%
Upon submission and acceptance of the preliminary JSR report
Third and Final Payment 50%
- Upon submission and acceptance of the final JSR report and Aide Memoire
Qualification/Specialized knowledge and Experience
The following minimum requirements are necessary for a successful bid:
- The consulting firm should be a legal entity
- The consulting firm should possess at least 10 years of relevant experience, ideally in sub-Saharan Africa;
- Have on staff or retain on sub-contract, a sufficient number and type of individuals, including the following:
a. Team Leader
The team leader (Economist / financial expert / institutional expert; international) must have at least 15 years of professional experience in the water sector and be able to lead the group of consultants. He will be responsible for:
- Coordination of the smooth working of the team of consultants during the mission (liaising with the task team and ministerial focal point persons, arrangement of appointments for the mission with GRZ & CPs, debriefing sessions,
- Consolidation of the draft final report (with contributions of team members). and of the ppt presentations for the workshop; and
- Contribute to elaboration of the aide memoire and designing of the follow up mechanism.
b. Expert for WRM
The consultant (hydrologist / economist / institutional expert on WRM) must be a suitably qualified professional with at least 10 years professional experience in WRM. The consultant will work under the team leader and will be responsible for review of WRM sector.
c. Expert water infrastructure development
The consultant (civil engineer / agronomist / irrigation specialist) must be a suitably qualified professional with at least 10 years professional experience in Water Infrastructure Development. The consultant will work under the team leader and will be responsible for water infrastructure.
d. Water Supply and Sanitation Expert
The consultant must (civil engineer / economist / sociologist with expertise in health and hygiene / cross-cutting issues) have at least 10 years professional experience in the field of Water Supply and Sanitation The consultant will work under the team leader and will be responsible for the Water Supply and Sanitation issues and will look specifically into the NUWSSP and NRWSSP.
e. Environmental Management Expert
The consultant must be a suitably qualified person especially as an environmental engineer/ecologist/environmental economist and have at least 10 years of professional experience in the field of environmental management and policy analysis. The consultant will work under the Team Leader and will be responsible for environment and environmental protection issues surround water infrastructure (water reservoirs/water supply schemes/sewage treatment plants).
The firm will determine the total number of personnel they find necessary for the tasks. It is foreseen to have at least one recognized international expert in the team. The team leadership is not necessarily linked to the position (a.). It shall be favorable to have profiles with expertise in environment, economics, sociology, health and hygiene aspects well combined with the technical expertise on water supply and sanitation water infrastructure development in the team.
APPLICATION SUBMISSION< EVALUATION PROCESS AND METHODS
Application submission:
Interested applicants are invited to submit sealed separate technical and financial bids for the above assignment as presented below:
- Technical Proposal
The documents for the Technical Proposal should include, but not limited to:
- Description of the firm - legal status, organizational structure, names of the board of directors and name(s) and address (es) of associates, if a Joint Venture(JV); their short description and description of their role in the JV/Association;
- Total number of years of experience in the undertaking nationwide sector review, sector performance assessments and evaluations;
- Description of major similar assignments undertaken during the last 5 years including name of the project, location, name and contact details (e-mail and telephone) of the client, implementation period, cost of the project, cost of services provided and scope of services;
- Description of services offered in relation to sector review, sector performance assessments and evaluations;
- Key professional staff (name, date of birth, years with the firm, total years of experience, nature of experience in this firm and others, education/other trainings and knowledge of local languages;
- Proposed approach and methodology in response to the scope of works to the assignments
- Proposed work plan for the assignment which also indicates reporting milestones.
The submission should be clearly labelled/written "Request for Proposal – Annual Joint Water, Sanitation and Environment Sector Review – 2017- Technical Proposal”.
- Financial Proposal
The Financial bid should comprise an indication of the full cost of delivering the task. The Financial Bid should include the following aspects:
- Detailed budget per line items including cost for data collection, entry, analysis and dissemination, consultant fees, transportation, etc.
- Other related costs, if any (please specify).
The submission should be clearly labelled/written “Request for Proposal – Annual Joint Water, Sanitation and Environment Sector Review – 2017 - Financial Proposal”. The documents for the financial Proposal should include the aggregate fees as lump sum for each location for the assignment.
Assessment Processes of Submitted Proposals:
After the opening, each proposal will be assessed first on its technical merits and subsequently on its price. UNICEF will set up an evaluation panel composed of UNICEF staff, a representative of government (Ministry of Water Development, Sanitation and Environmental Protection), and a staff from a key stakeholder. The technical evaluation panel will first evaluate each response for compliance with the requirements of the ToR. Responses deemed not to meet all of the mandatory requirements will be considered noncompliant and rejected at this stage without further consideration. Failure to comply with any of the terms and conditions contained in this ToR, including provision of all required information, may result in a response or proposal being disqualified from further consideration. Final decision on the evaluation/proposal assessment will rest with UNICEF.
BIDDERS’ RESPONSE FORMAT
NO.
DESCRIPTION
1.
Structure of the technical proposal
Description of the assignment to demonstrate comprehension to Annual Joint Water, Sanitation and Environment Sector Review – 2017
- Bidders form duly signed
- Terms of Reference/scope of work
- Proposed delivery schedules
2.
Consultant’s team and responsibilities:
- Team Leader: Educational qualifications and professional experiences including information on their professional affiliations and certifications, past experience in working on similar project and assignment and roles on those projects
- Detailed resume of the proposed team for the assignment giving information about the following:
- Title/Designation of each team member proposed for this project and the roles they will play.
- Educational qualifications and professional experiences including information on their professional affiliations and certifications
- Past experience in working on similar project and assignment and their roles on those projects
3.
Project Approach and Methodology
- Proposed approach and methodology (including indicators and tools)
- Proposed Implementation Plan, (How, Who, What, Where, When?)
- Proposed data analysis plan linked with proposed methodology
- Assessment of direct/peripheral risks/problems and methods to prevent, minimize and manage these
The methodology must show clearly all activities that the organization will adopt to achieve the objectives
4.
Bidder’s Corporate Profile
- A Copy of registration with relevant authority
- Submit Corporate Brochures
- Financial Statements for the two previous years if available: The Income Statement, Balance Sheet and The Statement of Cash Flows
5.
Experience and Expertise
- Expertise in undertaking nationwide Sanitation and Hygiene studies, assessments;
and evaluations;
- Demonstrated experience in undertaking similar tasks in the sector, country, region
- Provision of at least 3 references from clients for whom the bidder has carried out similar work
- Established strong track records of providing such systems to Governments.
Any other information
The JWSESR Task Force team are entitled and expected to discuss with various authorities and other pertinent stakeholders any needed matters relevant to this assignment. The consultants are not authorized to represent or to make any statements or commitments on behalf of the Government of Zambia or in the name of the CPs. The team shall share the TOR and/or the letter of introduction of the assignment with the stakeholders they work with. It is expected that provincial and district officials will be notified timely by the Secretariat of the Task Force, and/or MWDSEP and MoA respectively regarding the work of the team and the need for the Authorities to make themselves available to discuss the evaluation questions with the TF team at the agreed time and place as per the schedule set out in the approved inception report.
ADMINISTRATIVE ISSUES
- Interviews if necessary indicating for which experts/position (in general, the evaluation of experts is conducted on the basis of their CVs).
- Whenever possible, bidder should be requested to provide an all-inclusive cost in the financial proposal. Bidder should be reminded to factor in all cost implications for the required service / assignment
- When travel is expected as part of the assignment, it shall be clearly specified (e.g. location, duration, number of journeys …etc.) in the TOR. Bidder shall be required to include the estimate cost of travel in the financial proposal. It is essential to clarify in the TOR that i) travel cost shall be calculated based on economy class travel, regardless of the length of travel and ii) costs for accommodation, meals and incidentals shall not exceed applicable daily subsistence allowance (DSA) rates, as promulgated by the International Civil Service Commission (ICSC).
- Unexpected travels shall also be treated as above.
- Resources and facilities to be provided by UNICEF; e.g. access to printer, office space etc.
[1] With particular regard to the two national programmes on urban and rural WSS
[2] How the provinces (i.e. P-PHID) should report on implementation of the national programs (district/province report formats).
[3] In general, payments should be made against delivery of services / products. Advance payments on signature of contract are discouraged, and need to be explicitly justified.