request for proposal - unicef · web viewsigning and returning the acknowledgment copy of a...

40
REQUEST FOR PROPOSAL Reference number: RFP–S&L–2014-9114239 Date of issue: 18-Sept-2014 Dear Sir/Madam, UNICEF (Ethiopia) wishes to request eligible bidders to participate in a Request for Proposal to provide consultancy services - to assess the results of health sector support: efficiency and effectiveness of the sector inputs for the poorest (6months) Background. UNICEF is the agency of the United Nations mandated to advocate for the protection of children’s rights, to help meet their basic needs and to expand their opportunities to reach their full potential. Guided by the Convention on the Rights of the Child UNICEF strives to establish children’s rights as international standards of behaviour towards children. UNICEF’s role is to mobilise political will and material resources to help countries ensure a “first call for children". UNICEF is committed to ensuring special protection for the most disadvantaged children. UNICEF carries out its work through its headquarters in New York, 8 regional offices and 125 country offices world-wide. UNICEF also has a research centre in Florence, a supply operation based in Copenhagen and offices in Tokyo and Brussels. UNICEF’s 37 committees raise funds and spread awareness about the organization’s mission and work. Purpose United Nations Children’s Fund (UNICEF) wishes to procure the above mentioned services through a competitive bidding process. In this respect, UNICEF would like to invite your organization to submit technical and financial proposals as outlined in this request for proposal and the terms and conditions contained herein. 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. 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. RFP–S&L–2014-9114239

Upload: buikhanh

Post on 15-May-2018

215 views

Category:

Documents


1 download

TRANSCRIPT

REQUEST FOR PROPOSAL

Reference number: RFP–S&L–2014-9114239 Date of issue: 18-Sept-2014

Dear Sir/Madam,UNICEF (Ethiopia) wishes to request eligible bidders to participate in a Request for Proposal to provide

consultancy services - to assess the results of health sector support: efficiency and effectiveness of the sector inputs for the poorest (6months)

Background.UNICEF is the agency of the United Nations mandated to advocate for the protection of children’s rights, to help meet their basic needs and to expand their opportunities to reach their full potential. Guided by the Convention on the Rights of the Child UNICEF strives to establish children’s rights as international standards of behaviour towards children. UNICEF’s role is to mobilise political will and material resources to help countries ensure a “first call for children". UNICEF is committed to ensuring special protection for the most disadvantaged children.

UNICEF carries out its work through its headquarters in New York, 8 regional offices and 125 country offices world-wide. UNICEF also has a research centre in Florence, a supply operation based in Copenhagen and offices in Tokyo and Brussels. UNICEF’s 37 committees raise funds and spread awareness about the organization’s mission and work.

PurposeUnited Nations Children’s Fund (UNICEF) wishes to procure the above mentioned services through a competitive bidding process. In this respect, UNICEF would like to invite your organization to submit technical and financial proposals as outlined in this request for proposal and the terms and conditions contained herein.

Request for informationAny 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.

Due date and time for submission of the proposalsSealed 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: Wednesday 15 -October-2014 Time: 9:00 am standard Time (East African time)

Yours sincerely,

……………………………….. ……………………………………..Sebastian Muzuma Nana. M. Essah (Contracts Officer) Chief, Supply& Logistics Section.

RFP–S&L–2014-9114239

TABLE OF CONTENTS

Request for Proposal (RFP) invitation letter………………………………………1

Table of content……………………………………………………………………2

Instruction to bidders…….………………………………………………………3-7

General terms and conditions………………….………………………………..8-11

Specific terms and conditions…………………………………………………12-13

Annex-A: Declaration form………………………………………………….. 14

Annex-B: Technical proposal – Content & Format……………………..….15-16

Annex-C: Contractor’s experience – format…………………………………..17

Annex-D: Financial proposal………………………………………………..18-19

Annex-E: Evaluation criteria……………………………………………….......20

Annex-F: Check list……………………………………………………… .......21

Annex-G: Terms of Reference..........................……………………………..22-28

RFP–S&L–2014-9114239

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 submitted2.1 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-2014-………. 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: [email protected] 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

RFP–S&L–2014-9114239

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 proposal and 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

3.1 Sealed Proposals as outlined under para 2.1 to 2.5 must be despatched to arrive at the UNICEF office indicated no later than the closing time and date mentioned in the first page of this RFP3.2 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.

RFP–S&L–2014-9114239

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.

RFP–S&L–2014-9114239

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 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; andc) 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:-

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

Appropriate documentary evidence demonstrating its compliance, which shall include:i. Its trading license or equivalent;

ii. Its tax clearance certificate and VAT registration, andiii. Any relevant professional practice certificates joint venture/ association letter

agreement of international/national organization.

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

RFP–S&L–2014-9114239

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.

RFP–S&L–2014-9114239

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

RFP- RFP-S&L-2014-91142398

(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

RFP- RFP-S&L-2014-91142399

(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

1. 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.

2. 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

RFP- RFP-S&L-2014-911423910

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.

ArbitrationAny 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.

RFP- RFP-S&L-2014-911423911

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.

RFP- RFP-S&L-2014-911423912

(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.

RFP- RFP-S&L-2014-911423913

ANNEX-ADECLARATION FORM

To be attached with both the technical and financial proposalsTo 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 name of 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 [Insert date] 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:

RFP- RFP-S&L-2014-911423914

ANNEX-BTECHNICAL 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/firmIn 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 Experiencea) 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.

3. Business Plan or Work plan

3.1 Business Plan or Work plan

RFP- RFP-S&L-2014-911423915

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 Expert

Area 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

RFP- RFP-S&L-2014-911423916

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:

RFP- RFP-S&L-2014-911423917

ANNEX-DFINANCIAL PROPOSAL - SUMMARY AND BREAKDOWN OF COSTS

(1) Business Plan/Work Plan, (2) Professional Fees & (3) Expenses

For ease of evaluation, the financial proposal should contain three components as follows

Section 1: Business Plan/Work Plan,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 will evaluate both technical and price/cost factors and will award to the bidder whose proposal offers the best value for money1 considering trade-offs between price/cost and technical factors.

Section 2: Professional FeesName Description of

Role/FunctionNumber of Person Days

Suggested Fee Rate

Amount USD

Total Professional Fees in USD

Section 3: Out of Pocket ExpensesItems No. Unit Rate Amount

Local/Other Travel Costs (specify)

Accommodation and Subsistence per diemPerson / 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 USD

Total Proposed Cost: /USD._________________________________________________

1 Achieving Value for Money is also often described in terms of the 'three Es' - economy, efficiency and effectiveness. The definition of the three E’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.

RFP- RFP-S&L-2014-911423918

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 for international bidder will 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.

RFP- RFP-S&L-2014-911423919

ANNEX-E

Technical evaluation Tender Title Tender Reference

 

Main Criteria Sub Criteria

Relevant research capabilities and

quality of research outputs

Evidence of in-depth knowledge of the key issues and concepts underpinning this programme and demonstrated thorough understanding of the ToR and deliverables, with explanation of a fully tailored and innovative approach for this programmeCredible overall approach to the research, particularly the ‘problem statement’ definition, detailing use of quantitative and qualitative methodsEvidence of use of integrated and multidisciplinary research approaches and methods

Total 20points

Suitable methodology for responding to the

programme requirements

Quality of the proposed approach and methodologyQuality of methodology to conduct the social assessment and health financingQuality of proposed implementation plan, i.e how the bidder will undertake each taskRisk assessment - recognition of the risks/peripheral problems and methods to prevent and manage risks/peripheral problems.

Total 40 points

Appropriate personnel and

networks to deliver results

Skills and capacity of Director and key implementing staff members to deliver an effective research programme including expertise of research methodologies, research synthesis Expertise in conducting social assessment in health sector Expertise in conducting quantitative analysis and health financing assessment

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.

RFP- RFP-S&L-2014-911423920

ANNEX-FCHECK LIST

Checklist for submission of proposals

Bid form filled in and signed

Envelope for technical proposalo Technical proposalo Technical proposal does not contain priceso Envelope is sealedo Envelope is marked as follows:

Name of company, RFP number - technical proposal

Envelope for price proposalo Price proposalo Envelope is sealedo 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 proposalo Envelope is sealedo Envelope is marked as follows

Name of companyRFP numberUNICEF XXXAddress

RFP- RFP-S&L-2014-911423921

ANNEX-G

Terms of Reference

1. Background

Ethiopia is making strong progress towards the achievement of MDGs, under 5 mortality rate has declined by 47 percent over the course of the last 5 years from 166 deaths per 1,000 live births to 88 deaths per 1,000 live births2.The country has register a 2 digits growth in the past 10 years and according to the recently published Growth and Transformation Plan Annual Progress Report for the financial year 2012/2013 more than 65% of public expenditure has been spent on pro-poor sectors such as education, water, health, agriculture, roads and energy3. The progress so far recorded is attributed to strong commitment by the GoE and its development partners’ to the MDGs and the success to mainstream MDGs into the national development plan4.

Despite these successes huge challenges remains to ensure that all Ethiopians have access to high quality health services:

Around 89.5% of all births take place at home5 and an estimated 25,000 mothers die due to complications during pregnancy, delivery or postpartum period each year6.

Around 472,000 children die each year, mainly from preventable and treatable infectious diseases complicated by under nutrition7.

Ethiopia ranks seventh among the world’s 22 high-burden tuberculosis (TB) countries8, has more than a million people living with HIV and AIDS, and two thirds of the population are living in malarial areas.

Strong progress towards some of the MDGs has been from a very low base, and will be difficult to maintain as further progress will require reaching harder to reach populations including the very poor, excluded groups, and people living in pastoralist and remote regions. At the same time, population is growing at a rapid pace and will see the current estimated population of 84.8 million people rise to around 120 million by 20309, including rapid growth in urban population (which is increasing at 9% per annum). 2 EDHS (2012). Ethiopia Demographic and Health Survey 2011, Central Statistical Agency, Addis Ababa, Ethiopia. ICF International Calverton, Maryland, USA.3 MOFED (2014). Growth and Transformation Plan Annual Progress Report for F.Y. 2012/13, Addis Ababa, Ethiopia. 4 UNDP (2012) Assessing the progress towards the Millennium Development Goals. Ethiopia MDGs Report 2012. 5 EDHS (2012). Ethiopia Demographic and Health Survey 2011, Central Statistical Agency, Addis Ababa, Ethiopia. ICF International Calverton, Maryland, USA.6 http://www.moh.gov.et/mhs7 Black, R, Morris, S., Bryce, J. 2003. Where and why are 10 million children dying every year? The Lancet, Vol 361. 8 USAID (2009) Tuberculosis profile, Ethiopia, http:// www. usaid .gov/our_work/global.../id/ tuberculosis /.../ ethiopia .pdf . Accessed 6 July 2011.9 Population Division of the Department of Economic and Social Affairs of the United Nations Secretariat, World Population Prospects: The 2010 Revision, http://esa.un.org/undp/wpp/index.htm, data extracted on Wednesday July 20, 2011; 4:33:42 AM

RFP- RFP-S&L-2014-911423922

An independent Mid Term Review of the Health sector Development Programme IV was carried out in 2013 and highlighted inequalities in health results as a concern10. The Annual Performance Report EFY 2005 shows a marked regional variations in several health indicators11. According to the APR 2005, there is a huge variation in skilled attendance by region with well performing areas such as Addis Ababa and Harari with a skilled delivery rate of around 66% surpassing the HSDP 2014/15 target (of 62%) for skilled delivery and less performing regions such as Benishangul Gumuz, Afar and Amhara that have very low rates of skilled delivery (8.4%, 12.3% and 12.4% respectively). Clear differences exist in the coverage of health services at regional level, with marked differences between regions (with significantly poorer results for the developing regions) 12. In addition, according to the MDGs progress report 2012 there are marked variations in the reduction of U5MR by household wealth, mother’s education and place of residence13.

Despite increases in both the Government of Ethiopia’s allocation and development assistance to health in recent years, the resources available are currently inadequate and imbalanced. According to the fifth National Health Account health spending from all sources has increased from birr 11.1 billion (US$1.2 billion) in 2007/08 to birr 26.5 billion (US$1.6 billion) in 2010/11 and the per capita health spending has increased from US$ 16.09 in 2007/08 to US$20.77 in 2010/11. However, this figure is well below the HSDDP-IV target of US$32 and below the WHO recommended figure14.

Set against the Health Sector Development Programme IV (2010 – 2015) the Federal Ministry of Health (FMOH) has created a pooled donor MDG Performance Fund (MDG PF) to finance the expansion and strengthening of the primary health care system. The MDG PF procures essential medicines, medical equipment and ambulances for the country and pays for health center construction and staff training. Goods are procured centrally and then distributed to the regional health bureaus for use in the delivery of health services.

2. Rationale for the Research Activity/Justification

The MDG PF is designed to provide harmonized and aligned support to the implementation of the Government of Ethiopia’s Health Sector Development Plan (HDSP IV). The Fund provides sector support to the FMOH to allow the ministry to (partially) fill its critical funding gaps. There are currently 11 DPs contributing to the PF contributing to around 25% of the total government health budget. A particular emphasis is placed on the priority but underfunded areas of maternal and child health and health system strengthening in under-served areas of the Developing Regional States (DRS).

Despite notable progress on number of DPs joining the MDG PF (from 7 in EFY 2003 to 11 in EFY 2005) and the total amount of funds channeled through the fund (from US$104.3m in EFY 2004 to US$133.23m in EFY

10 Independent Review Team, MTR 2013, Comprehensive Report, Addis Ababa, Ethiopia.

11 Examples: Based on the HSDP IV annual performance report EFY 2005 (2012/2013) latrine coverage was 86% in the country as a whole with large regional variations ranging from 9% in Afar to 94% in SNNPR. National VAS coverage among 6-59 months children was 93.1% with range of 39% in Addis Ababa and 100% in Afar and Somali. Based on the EDHS 2012, rural U5MR is 114 while in urban areas it is 83 and among regions such as the differences observed in under five mortality rates between 169 in Benishangul-Gumuz and 122 in Somali to 53 in Addis Ababa.12 HDSP IV (2013). Annual Performance Review EFY 2005: Federal Ministry of Health, Government of Ethiopia 13 UNDP (2012) Assessing the progress towards the Millennium Development Goals. Ethiopia MDGs Report 2012.14 Federal Democratic Republic of Ethiopia Ministry of Health (2014) Ethiopia’s Fifth National Health Accounts (2010/2011), Addis Ababa

RFP- RFP-S&L-2014-911423923

2005), 75% of the total health government budget is still outside this pooled funding mechanism. This is mainly funding from the Global Fund to Fight AIDS, Tuberculosis and Malaria (GFATM) that is channeled through government systems and funding from the US government which is channeled through private contractors.

In this context greater understanding is needed of the efficiency and effectiveness of public allocation of resources and to what extent the public resources reach the poorest of the poor. By analyzing how health resources reach the poorest of the poor, this study will provide evidence on the need to give greater emphasis for increasing money that is channeled through a pooled fund mechanism through the government system in order to reach the most vulnerable and needy group.

In addition, the fifth NHA report reveals that while households’ utilization of general health care services remains low, their OOP spending on health care has growth rapidly. In 2010/11, total and per capita OOP health spending were about Birr 10.4 billion (US$590 million) and Birr 113.01 (US$7.01), respectively. Households out-of-pocket (OOP) health expending contribute to more than a third of total health expenditure. In view of these recent findings there is a need to assess the extent of OOP for health of the poor and to what extent ability to pay affects access to health care amongst the poorest and disadvantage groups.

Further evidence is needed in order to identify the entry points for addressing the challenges of regions that are showing poorer results, as well as of the extent of and drivers of differences in access and take-up between population groups, based on gender, age, ethnicity, location etc.

The analysis should provide recommendations to policy-makers to create well-targeted health policy strategies.

This study aims to produce:

1) A social assessment of the impact of the health sector programme on the most vulnerable and disadvantaged groups. This assessment will:- review the progress of selected health related indicators against the main health sector targets;- assess the demand side barriers to access to health care services - identify the differences between population groups in health access, take-up, outputs and outcomes at different levels in Ethiopia;

2) An assessment of the extent to which public resources reach the most disadvantage groups. This work might include:- an analysis of the extent of Out-Of-Pocket payments for health of the poorest households - an assessment of the efficiency and effectiveness of public allocation of resources.

3) A set of recommendations:- how to remove social barriers to access to health care services- how to improve efficiency, effectiveness and equity of allocation of resources in the health sector.

2. Owners of the research and use of the findings

The recipient of this work will be DPs/GOE.

The results of this research will inform the performance of donor’s resource allocations to the health sector by assessing to what extent public funds reach the poorest of the poor.

RFP- RFP-S&L-2014-911423924

3. Scope of the Research Activity

1) A social assessment of the impact of the health sector programme on the most vulnerable and disadvantaged groups. This assessment should include but should not be limited to - An analysis of trends in key health related indicators using the last available surveys (DHS surveys including the mini-DHS which will be available in early July 2014). What has been the progress in health related outcome over time? - An assessment of the ability of different population groups to access and take-up health services and of differences in health indicators for these groups, considering the regional level and different groups (gender, age, ethnicity, place of residence). Which socio-economic group are most disadvantage? Have socio-economic inequalities in access to health reduced over time.- A participatory stakeholders consultations in selected regions and selected woredas and a beneficiaries assessment of barriers to access to services.

2) An assessment of the efficiency and effectiveness of public allocation of resources. This should include analysis of how different groups benefit from the current allocation of resources. Do public resources reach the most disadvantage groups?

There are three main channels to distribute resources for primary care: Channel 1 (1a: unearmarked and 1b: earmarked), Channel 2 (2a: unearmarked and 2b: earmarked), and Channel 3. The flow of health resources is quite complex. Channel 1 faces fewer constraints due to efforts by the GoE and its partners especially the World Bank and other donors contributing to the Promotion of Basic Services15 (PBS) to improve the timeliness and responsiveness of fund allocation through Ethiopia’s Treasury system with electronic transfers. On the other hand, Channel 2 has serious allocation limitations from the federal level down to the woredas caused by both bottom-up and top-down bottlenecks.

This project will coordinate with the Resource Tracking and Management (RTM) project funded by the Bill & Melinda Gates Foundation (BMGF) under the “Strengthening Health Resource Tracking and management for Improved Delivery of Primary care in India and Ethiopia” grant and with the World Bank project working on public expenditure review. The RTM project aims to track both budgeted and actual flows of Channel 2 and 3 funds highlighting existing bottlenecks and identifying strategies that would strengthen such areas. The World Bank is currently undertaking a public expenditure review of Channel 1.

This project will add to the RTM and WB project by assessing to what extent resources reach the most disadvantage groups, regions and woredas. Specifically this project will:

- Assess the equitable allocation of public resources and service delivery among regions or areas, income groups, and rural and urban locations;

- Monitor specific programs and expenditure allocations, such as pro-poor expenditures, by collecting quantitative information.

4. Methods

The team will be required to develop a clear and rigorous methodology to examine the above questions.

This will need to include:

15 This program is now in its third phase of implementation, and was initially called the Protection of Basic Services during the first and second phase of the program.

RFP- RFP-S&L-2014-911423925

- a desk review, - a social assessment of the impact of the health sector programme on the most vulnerable and

disadvantaged groups which will include o a participatory stakeholders consultations and interviews with beneficiaries.o a quantitative analysis of relevant survey (such as DHS surveys including the mini-DHS which

will be available in early July 2014) which should include but should not be limited to bivariate and multivariate analysis, trends analysis, decomposition of inequality analysis.

- a quantitative and qualitative analysis of equitable allocation public health resources at the woreda level.

5. Specific Tasks with timeline

Below is a list with specific tasks and timeline for each activity:

S/N Activity Schedule in months

1st 2nd 3rd 4th 5th 6th Remarks1 Desk Review x 2 Inception report x3 Analysis of survey data x x x 4 A qualitative assessment/

validation x

x

5 A social impact assessment report X6 Quantitative and qualitative

analysis resources allocation x x

7 A draft report of the study X6 Final report preparation

Presentation of the report during dissemination of results

x

1 Estimated duration of contract- 6 months

Expected Deliverables

1. Inception report2. A social assessment report which includes the results of the quantitative analysis3. A financial assessment report4. A summary report which includes clear recommendations to DPs and FMOH.5. A two page summary 6. Power point presentation of the study7. All data and syntax file in SPSS and STATA8. A presentation to FMOH and DPs.

2 Reporting and Supervisor

A multiagency Technical Working Group (TWG) will supervise the day to day activity of the project.

RFP- RFP-S&L-2014-911423926

3 Expected background and Experience

This work will be carried out by a team comprising of health economics and social development expertise, with knowledge of poverty, vulnerability, exclusion, social and gender norms, politics, health-seeking behavior and the health system at all levels in Ethiopia as well as a strong track record in quantitative and qualitative methods.

The assignment is open only for consultancy firms (with current legal documentation) that qualifies based on the following criteria:

Previous experience in carrying out similar assignments on quantitative analysis and health economics. Engage appropriate mix of professionals from expertise and experience point of view. Ready to engage

individuals for the assignment with professional background on analysis of quantitative data, health financing, a quantitative methods.

Have institutional capacity to deliver the assignment within the specified period of time as indicated in this terms of reference

Knowledge of the Ethiopian health sector is an advantage.

The winner should have at least 5 experts with the following years of works experience and educational level:

One senior health economist with 7-10 years of relevant work experience and PHD in Health Economics or related field.

One Public Health Expert /health economist with 5-7 years of relevant work experience and an MSC in economics.

One Statisticians familiar with DHS data and who has worked in the area of poverty/inequality analysis.

One social scientist with strong experience in social impact assessment One senior manager with 10-15 work experience in the area of project/research management and with

an MBA.

4 Procedures and Logistics

The consulting firm will not be provided with lodging and/or meals or DSA during any field visits for the research.

The consulting firm will not be provided with office space by UNICEF. The firm should be working from their own office facility in Addis Ababa and travel whenever needed for data collection using the company’s own arrangement.

The consulting firm should provide his/her own materials, i.e. computer, required software packages, get the relevant data for the analysis, office supplies, etc.

5 Policy both parties should be aware of:

No contract may commence unless the contract is signed by both UNICEF and the consultant or Contractor. For international consultants outside the duty station, signed contracts must be sent by fax or email. Signed

contract copy or written agreement must be received by the office before Travel Authorization is issued.

6 Intellectual property rights (Insert this text or modify it based on discussions with government counterparts).

RFP- RFP-S&L-2014-911423927

All intellectual property rights in the work to be performed under this agreement shall be vested in the (FMOH, MOFED, UNICEF and DFID ), including without limitations, the right to use, publish, translate, sell or distribute, privately or publicly, any item or part thereof. The (UNICEF and DFID) hereby grants to the Recipient Organization a non-exclusive royalty-free license to use, publish, translate and distribute, privately or publicly, any item or part of the work to be performed under this Agreement for non-commercial purposes. Neither the Recipient Organization nor its personnel shall communicate to any other person or entity any confidential information made known to it by (UNICEF,DFID, FMOH or MOFED ) in the course of the performance of its obligations under the terms of this Agreement nor shall it use this information to private or company advantage. This provision shall survive the expiration or termination of this Agreement.

The core reports will be issued by the steering committee for the research noting in the acknowledgements sections institutions and persons who have made major contributions to their authorship. Further analysis of data collected in the evaluation will first appear as (enter name of reports the research steering committee will issue). Once the official report is cleared consultants will be free to work further on those papers for publication in peer reviewed journals. Consultants will provide the steering committee members with raw data, corrected/verified data once cleaned and programming files that permit replication of results from core evaluation reports. Data collected for the research is the property of the Government of Ethiopia/UNICEF country programme and (key steering committee members). Master versions of the data, coding protocols and programming code permitting replication of results of core evaluation reports will be kept by the programme.

RFP- RFP-S&L-2014-911423928