View Notice

Final Evaluator for PRO-WATER Project
Procurement Process :Other
Office :UNDP Country Office - PHILIPPINES
Deadline :06-May-17
Posted on :27-Apr-17
Development Area :CONSULTANTS  CONSULTANTS
Reference Number :37315
Link to Atlas Project :
00082882 - Promoting Water and Sanitation Access
Documents :
IC General Terms and Condition
Confirmation Letter and Financial Proposal
Overview :

Background

The Joint Programme (JP) on Pro WATER is a collaborative multi-sectoral action supported by the Spanish Government in partnership with the UNDP, UNICEF, WHO, UN WOMEN together with the Department of the Interior and Local Government (DILG), Department of Health (DOH), National Water Resources Board (NWRB) and the Philippine Commission on Women (PCW); with selected Provincial and Municipal Governments, Civil Society Organizations,   Academia, Private Sector, community groups, and women and girls.   The JP emphasizes inter-agency collaboration and complementation at all levels. It ensures multi-sectoral participation most especially in the communities where the integration and harmonization will happen, at the same time, mainstreaming cross-cutting themes on resiliency, human rights, gender equality, climate change, integrity and accountability. Given this, the joint programme will bring about three (3) major results:  1) Improved governance of safe water, sanitation, and hygiene at all levels especially at the local levels.  2) Broadened access through improved solutions that are demonstrated in the implementation of safe water, sanitation and hygiene that will benefit most especially women and girls in households, schools, health centers and public spaces. 3) Generated knowledge utilized to aid policy advocacy, planning, capacity building based on the experiences and lessons learned from the implementation of integrated safe water, sanitation and hygiene.   The Integrated Safe Water, Sanitation and Hygiene Systems Approach is being utilized as the framework for implementing the Joint Programme.

Objectives/Scope of Work

The final evaluation has the following objectives:

  1. To assess to what extent the Joint Programme has attained the results based on the over-all objectives and targets;
  2. To assess the Joint Programme’s degree of implementation, efficiency and quality delivered on outputs and outcomes based on the agreed work plans, partner contributions and interventions;
  3. To identify and document substantive lessons learnt and good practices on the implementation of the integrated framework on safe water, sanitation, and hygiene, with the inclusion of thematic areas and crosscutting issues: gender, CCA/DRR, public private partnerships, and sustainability;
  4. To identify and assess the Joint Programme’s contribution(s) to the achievement of the SDGs; and
  5. To improve existing strategies and interventions to implementing an integrated framework on safe water, sanitation, and hygiene based on proposed solutions to gaps and challenges encountered.

The specific objectives are as follows:

  • Gather and analyze data and information specifically on health, women (and girls) participation, and access to safe water, sanitation, and hygiene on selected Pro WATER sites in the three (3) target regions to be determined and agreed upon by the Evaluation Reference Group[1].

Region 5 – Bicol Region : Basud, Camarines Norte; Capalonga, Camarines Norte; Aroroy, Masbate; Cawayan, Masbate; Milagros, Masbate; Monreal, Masbate

Region 8 – Northern Samar : Bobon, Northern Samar; Mapanas, Northern Samar; 

Region 9 – Zamboanga Del Norte : Siayan, Zamboanga Del Norte; Sindangan, Zamboanga Del Norte

  • Identify gaps and challenges faced in the implementation of the integrated approach to safe water, sanitation, and hygiene;
  • Document results, lessons learnt and good practices that can be replicated for scaling-up and that can be integrated in existing programs of the joint programme partners;
  • Provide recommendations to improve existing strategies, approach, policy, and/or tools in the implementation of the iWaSH Framework;
  • Present the final results of the evaluation to the Evaluation Reference Group.

Expected Outputs and Deliverables

1) Inception Report : This report will be 10 to 15 pages in length and will propose the methods, sources and procedures to be used for data collection and analysis based on the objectives/scope of work of the evaluation. It will also include a proposed timeline of activities and submission of deliverables, and will follow an outline as suggested below:

A. Introduction

B. Background to the evaluation: objectives and overall approach 

C. Identification of main units and dimensions for analysis and possible areas for research

D. Main substantive interventions of the Joint Programme

E. Methodology for the compilation and analysis of the information

F. Criteria to define the mission agenda, including field visit

The report will be submitted and/or presented (if time will allow) to the Evaluation Reference Group for approval.

2) Draft Final Report : The draft final report will follow the same format as the final report (described in the next paragraph) and will be 30-40 pages in length. A report template is provided in this TOR.

3) Final Evaluation Report : The final report will be 30-40 pages in length. It will also contain an executive summary of no more than five pages that includes a brief description of the Joint Programme, its context and current situation, the purpose of the evaluation, its methodology. Lastly, its major findings, conclusions and recommendations, which will cover but are not limited to the following:

  • Narrative on the various development interventions implemented by the Joint Programme to pursue an integrated framework for safe water, sanitation, and hygiene in the target sites;
  • Narrative on the attainment of outputs and outcomes based on the JP objectives and targets;
  • Narrative on how the previous conditions of target beneficiaries have changed through the Joint Programme;
  • Narrative on the gaps and challenges faced during the JP implementation, and the proposed solutions and/or improvement;
  • Narrative on the lessons-learnt and good practices during the JP implementation;
  • Over-all assessment of the JP implementation based on the achievement (or not) of its over-all objectives and targets, and contributions to the achievement of the SDGs.

The final report will be sent to the Evaluation Reference Group. Said report will also follow a template and suggested outline by the SDG-F Secretariat.

Scope of Price Proposal and Schedule of Payments

1st payment - 20% upon signing of contract and submission of Inception Report (estimated duration to complete: 5 days)

2nd payment - 40% upon satisfactory delivery of the Draft Report (estimated duration to complete: 25 days)

3rd payment - 40% upon satisfactory delivery of the Final Report  (estimated duration to complete: 10 days)

Institutional Arrangement

The Consultant shall work in collaboration with the Evaluation Reference Group, to be coordinated by the Programme Management Office (PMO).  The PMO shall directly supervise the Consultant and his/her output shall be approved and accepted by the Evaluation Reference Group  The PMO shall provide administrative and logistical support to the Consultant particularly in convening meetings/round table discussions/focus group discussions and/or in visiting sites, if necessary. The Evaluation Group shall make available all pertinent documents and resource material relevant to the evaluation.

Duration of the Work

The expected duration of engagement is for 38 days. The Consultant will be requested to include weekends within the period of engagement as work days and will be required to travel, as the need arises.

Duty Station

This engagement is output-based.  The Consultant is not expected to report on a daily basis.  S/he shall be notified within a reasonable period of time of pertinent meetings where his/her presence is necessary.  All consultation venues will be chosen according to accessibility, availability of appropriate facilities and peace and order.

Qualifications of the Successful Individual Expert

The assessment requires demonstrated qualification, capacity and experience in research and evaluation, local governance, decentralization, and community development.   In particular, the consultant is expected to have the following skills and expertise:

Education

  • Must have advanced university degree/Masteral degree on public administration, public management, community development, development studies, and other social development courses;

Work Experience

  • Must have at least five (5) years of recognized experience in conducting or managing evaluations, research or review of development programmes in the areas of local governance, decentralization, public administration, and community development.
  • In-depth knowledge of local issues and challenges;
  • Must have a capacity to network and engage different partners and stakeholders both at the national and local levels;
  • Excellent track record in producing quality reports, researches and publications;
  • Excellent facilitation skills with experience in leading multi-stakeholder discussions;
  • Knowledge about the UN system and process an advantage;
  • Knowledge on the Water, Sanitation and Hygiene Sector is preferred but not required;

Language

  • Excellent oral and written communication skills in English.

Applicants are requested to submit/upload in one file the following documents:

  1. Duly accomplished Letter of Confirmation of Interest and Availability that indicates professional fee only, as per template provided; If an Offeror is employed by an organization/company/institution, and he/she expects his/her employer to charge a management fee in the process of releasing him/her to UNDP under Reimbursable Loan Agreement (RLA), the Offeror must indicate at this point, and ensure that all such costs are duly incorporated in the financial proposal submitted to UNDP;
  2. Personal CV or P11, indicating all past experience from similar projects, as well as the contact details (email and telephone number) of the Candidate and at least three (3) professional references; 

Criteria for Selection of the Best Offer

The offers that will be received shall be evaluated based on the Combined Scoring method – where the qualifications and methodology will be weighted a max of 70%, and combined with the price offer which will be weighted a max of 30%.

Application requirements may be emailed to procurement.ph@undp.org on or before 06 May 2017, Midnight New York, USA time.

In view of the volume of applications UNDP receives, only shortlisted offerors will be notified.

 

[1] Composed by the SDG-F Secretariat, management team of the Joint Programme, including the JP Coordinator and M&E Officer, in addition to the Programme Management Committee.