TO: PROSPECTIVE OFFERORS
DATE: August 14, 2015
RFP #: WASH For HEALTH –FY15-01
REQUEST FOR PROPOSALS FOR WASH FOR HEALTH BASELINE STUDY
Global Communities with funding from USAID is implementing the USAID/Water, Sanitation and
Hygiene (WASH) for Health Project in Ghana. Global Communities wishes to invite qualified firms with experience in conducting research to carry out a baseline assessment for the WASH for
Health Project in 30 districts across the Northern, Greater Accra , Volta, Central and Western
Regions of Ghana, to provide the basis to assess the program’s impact at end-line.
Interested organizations should submit their proposals, in hard copy or electronic format in accordance with the language of the solicitation to the address specified. The proposals must be received no later than August 28, 2015 at 5:00pm .
Responding firms are advised that this solicitation does not in any way obligate Global
Communities to make a contract award or compensate the responding firms for any costs associated with the preparation and submission of their proposals.
Any questions or requests for information should be addressed by no later than August 19,
2015.
at 5:00pm to Country Director via email at: ghacbids@globalcommunities.org
. Any information given to one prospective offeror concerning this solicitation will be furnished to all such offerors as an amendment of the solicitation.
Please e-mail Global Communities at ghacbids@globalcommunities.org
of your intent to propose at the earliest practicable date, so that we may anticipate the number of proposals to be evaluated.
FORMERLY
Global Communities | #63 Adjei Tsuru Street, East Legon, Accra | P.O. Box CT 1762, Cantonments
– Accra.
T: (+233) 302. 544.004/302.544.219
| T/ F: (+233) 302.522.568 | W : www.globalcommunities.org
REQUEST FOR PROPOSAL (RFP)
RFP NUMBER: WASH For HEALTH –FY15-01 ISSUE DATE: 14/ 08/2015
CLIENT: Global Communities PROGRAM: USAID/ WASH FOR HEALTH PROJECT
ISSUED BY:
Global Communities Ghana
# 63 Adjei Tsuru Street,
East Legon,
P.O.Box CT 1762
Cantonment-Accra
T: (+233) 302.544.004 / 302. 522.568
PROPOSAL DUE DATE: August 28, 2015
QUESTIONS DEADLINE August 19, 2015
This Request for Proposal contains the following sections:
Part 1
Part 2
Part 3
Part 4 Annexes
Instructions to Offerors
Evaluation Factors for Award
Statement of Work
Annex A – Evidence of Responsibility
Annex B – Budget
Annex C – Biographical Data Sheet
Annex D – WASH for Health Results Framework
Annex E - Indicator Table
Annex F - List of Targeted Districts
Annex G - Additional indicators for component 4
Global Communities | #63 Adjei Tsuru Street, East Legon, Accra | P.O. Box CT 1762, Cantonments
– Accra.
T: (+233) 302. 544.004/302.544.219
| T/ F: (+233) 302.522.568 | W : www.globalcommunities.org
FORMERLY
Part 1: Instructions to Offerors
I. GENERAL INSTRUCTIONS TO OFFERORS
A. The Offeror is requested to submit a proposal directly responsive to the terms, conditions, and clauses of this Request For Proposals (RFP). Proposals not conforming to this solicitation may be categorized as unacceptable, thereby eliminating them from further consideration.
B. Proposals must be received no later than August 28, 2015 at 5:00pm Proposals must remain valid for a minimum of sixty (60) days. The Offeror may submit its proposal by the following means:
1. Electronically - Internet email with up to 2 attachments (2MB limit) per email compatible with MS WORD, Excel, and Adobe Acrobat in a MS Windows environment to: ghacbids@globalcommunities.org
2 The overall proposal shall consist of two (2) physically separated parts, as follows: Volume
I – Technical Proposal; and Volume II – Cost Proposal. Technical Proposals must not make reference to pricing.
C. Alternative proposals will not be considered.
D. Any proposal received in response to this solicitation will be reviewed strictly as submitted and in accordance with the evaluation criteria specified in Part 2, Evaluation Factors for Award.
E. The person signing the Offero r’s proposal must have the authority to commit the Offeror to all the provisions of the Offeror’s proposal.
F. Global Communities is not obligated to make an award or to pay for any costs incurred by the
Offeror in preparation of a proposal in response hereto.
G. The Offeror should submit its best proposal initially as Global Communities intends to evaluate proposals and make an award without discussions. However, Global Communities reserves the right to conduct discussions should Global Communities deem it necessary.
H. Proposals must be clearly and concisely written and must describe and define the Offeror’s understanding and compliance with the requirements contained in Statement of Work, which can be found in Part 3 of this RFP. The proposal should clearly address each of the evaluation factors set forth in Part 2. All pages of each volume (cost and technical) must be sequentially numbered and identified with the name of the Offeror and the RFP number.
II. SPECIAL RFP CONSIDERATIONS
A. This RFP is open to interested offerors from Ghana.
B. The anticipated type of contract to be awarded under this solicitation is firm fixed price. For the purposes of cost analysis, Offerors must prepare a detailed budget in accordance with
Subpart IV below “Instructions for the Preparation of the Cost Proposal.”
WASH For HEALTH
–FY15-01
Part 1 – Page 1
C. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this solicitation are not desired and may be construed as an indication of the Offeror’s lack of cost consciousness. Elaborate art work, expensive paper and bindings, and expensive visual and other presentation aids are neither necessary nor desired.
D. (i) Offerors are informed that Global Communities complies with U.S. Sanctions and Embargo laws and Regulations including Executive Order 13224 on Terrorist Financing, which effectively prohibit transactions with persons or entities that commit, threaten to commit or support terrorism. Any person or entity that participates in this bidding process, either as a prime or sub to the prime, must certify as part of the bid that he or it is not on the U.S.
Department of Treasury Office of Foreign Assets Control (OFAC) Specially Designated
Nationals (SDN) List and is eligible to participate. Global Communities shall disqualify any bid received from a person or entity that is found to be on the List or otherwise ineligible.
(ii) Firms or individuals that have an active exclusion on the System for Award Management
(SAM) (www.sam.gov) shall not be eligible for financing and shall not be used to provide any services contemplated by this RFP.
III. INSTRUCTIONS FOR THE PREPARATION OF THE TECHNICAL PROPOSAL
A. The Technical Proposal should provide a straightforward, concise delineation of how the
Offeror intends to carry out and satisfy the requirements of the STATEMENT OF WORK. No contractual price information is to be included in the Offerors technical proposal in order that it will be evaluated strictly on its technical merit.
B. Technical proposals shall be limited to 20 pages in total. Technical proposals in excess of 20 pages will not be read or evaluated. Page limitations for each subpart of the Technical
Proposal are indicated below. The front and back of a single page shall be counted as two pages when information is provided on both the front and back sides of a single sheet.
Detailed information should be presented only when required by specific RFP instructions.
Items such as graphs, charts, tables may be used as appropriate but will be considered part of the page limitation. Key personnel resumes, and past performance records are not included in the page limitation. No material may be incorporated in the proposal by reference, attachment, appendix, etc. to circumvent the page limitation.
C. Technical Proposals shall be written in English, typed on standard A4 paper, single spaced, with each page numbered consecutively. Page margins shall be a minimum of one inch at the top, bottom and each side.
D. The technical proposal shall include the following:
1. Technical Approach – limit 5 pages
The Offeror shall demonstrate its understanding, ability and overall approach to performing the requirements described in the STATEMENT OF WORK, specifically on the following:
2. Personnel Qualifications and Availability – limit 10 pages
WASH For HEALTH
–FY15-01
Part 1 – Page 2
The Offeror shall identify in summary format the names and anticipated positions of the individuals proposed to performing the requirements described in the STATEMENT OF
WORK. The Offeror shall indicate the level of effort for each proposed person who will perform under the contract. The Offeror shall submit a complete and current resume for each proposed professional employee (not exceeding 2 pages each) who will be utilized if award is made. These resumes must clearly describe the individuals’ education, experience, and professional credentials.
The Offeror has the responsibility to structure its team as it sees fit. Global Communities however expect a team of four lead by two professionals with expertise in the following areas: o Baseline assessment/ research design and implementation o Public health o Environmental Science o Civil Engineering with specialization in water and sanitation o Social Science
Other relevant expertise and technical ability include: o Excellent communication, writing and analytical skills o Proficiency in use of Microsoft Office software (Word, Excel, PowerPoint), SPSS,
STATA or other statistical software.
3. Qualifications/ knowledge and Experience – limit 5 pages
The Offeror shall demonstrate the following: a) A minimum of 10 years of experience in leading evaluative research, such as carrying out baselines, mid-terms or final evaluations, particularly related to the WASH sector; b) Proven experience in design and implementation of quantitative and qualitative research methods and tools; c) Experience in the WASH sector particularly water and sanitation governance in the rural context. d) Experience in basic GIS (the use of GPS enabled devices) to pick coordinates of existing WASH facilities and people surveyed/ interviewed e) Advanced data analysis and reporting skills; f) Flexibility to adapt to changes regarding time, duration, location and field work activities; g) Ability to manage evaluation logistics and personnel to ensure high quality data collection, analysis and reporting; h) Organizational systems and procedures related to: personnel policies and recruitment; financial management; project management; contract administration; progress reporting; and related procedures in order to successfully comply with contract requirements and accomplish the expected results
WASH For HEALTH
–FY15-01
Part 1 – Page 3
4. Past Performance of the Organization – Limit 5 pages
The Offeror shall submit a list of all current contracts and subcontracts and those completed within the last five (5) years that are similar in size, scope and complexity to the STATEMENT OF WORK in this RFP. Additionally, for the three most recent similar contracts, the Offeror shall provide the following a. Client ’s name, b. Project description c. contract number, d. contract value, e. current postal Address f. E-mail addresses, g. Telephone number for a currently available point of contact.
These lists shall be attached as an annex to the Technical Proposal, which will not count against the page limit.
IV. INSTRUCTIONS FOR THE PREPARATION OF THE COST PROPOSAL
A. The Offeror must propose costs that it believes are realistic and reasonable for the work in accordance with the O fferor’s technical approach . The Offeror shall provide a complete budget by the cost elements described below using Appendix 1 Budget.
B. All cost and financial data should be fully supported, complete in every detail, and organized in a manner that facilitates review and permits cost analysis. The cost and financial data shall include the following information/data:
1. Direct Employee Salaries – List employee name (when identified), functional position and duration of assignment (in terms of person days).
2. Travel and Transportation – Provide the number of trips, destination, purpose and cost by traveler. The proposal shall specify, for each traveler the itinerary, in terms of points of origin/destination, the estimated air fares, and any transportation costs.
4. Equipment, Materials and Supplies – Itemize and provide complete details, including unit prices and total costs.
6. Subcontracts
– The Offeror’s budget shall include a lump sum for each subcontract(s).
Following the prime contr actor’s detailed budget breakdown, detailed budget breakdowns for subOfferor(s) shall be presented.
7. Fixed Fee (if applicable) - The detailed budget breakdown must indicate the fixed fee in dollars, and indicate the percentage which the base fee dollars is to the total estimated costs.
8. The offeror shall submit fully completed and signed Offeror Employee Bio data Sheets
(Appendix 2) to support daily rates of consultants and employees who are identified in the budget by name
C. If the Offeror intends to work under a joint venture or partnership, the Offeror must include a copy of the agreement between the parties to the joint venture/partnership. The agreement
WASH For HEALTH
–FY15-01
Part 1 – Page 4
will include a full discussion of the relationship between the firms including identification of the firm which will have responsibility for negotiation of the contract; which firm will have accounting responsibility; how work will be allocated, overhead calculated, and profit shared; and the express agreement of the principals thereto to be held jointly and severally liable for the acts or omissions of the other.
D. The Offeror shall submit as part of its Cost Proposal the following Annex A Evidence of
Responsibility, completed and signed.
WASH For HEALTH
–FY15-01
Part 1 – Page 5
Part 2: Evaluation Factors for Award
I. GENERAL – PROPOSAL EVALUATION
A. Part 1 provides guidance to offerors concerning the documentation necessary to conduct an informed evaluation of each proposal. The Offeror must furnish adequate and specific information in its proposal. A proposal may be eliminated from further consideration before a detailed evaluation is performed if the proposal is considered obviously deficient as to be totally unacceptable on its face or for which prices are inordinately high or unrealistically low.
In the event a proposal is rejected, the Offeror will be sent a notice stating the reason(s) that the proposal will not be considered for further evaluation.
B. In conducting its evaluation of proposals, Global Communities may seek information from any source it deems appropriate to obtain or validate info rmation regarding an Offeror’s proposal.
C. Competitive Range: If Global Communities determines that discussions are necessary, Global
Communities may establish a Competitive Range composed of only the most highly rated proposals. Global Communities may exclude an offer from the competitive range if it is so deficient as to essentially require a new technical proposal. Global Communities may exclude an offer from the competitive range so unreasonably priced, in relation to more competitive offers, as to appear that there will be little or no chance of becoming competitive. Global
Communities may exclude an offer from the competitive range requiring extensive discussions, a complete re-write, or major revisions such as to allow an Offeror unfair advantage over those more competitive offers.
D. Global Communities reserves the right to award one or more contracts under this RFP on the basis of initial offers without discussions or without establishing a competitive range.
II. BASIS FOR CONTRACT AWARD
Technical and cost factors will be evaluated as described below.
A. The evaluation factors presented below will serve as the basis upon which proposals will be evaluated. The relative weight accorded to each factor is expressed in points with 100 points possible.
B. Offerors are reminded that Global Communities is not obliged to award a contract on the basis of lowest proposed cost or highest technical evaluation score. Although for this procurement technical proposal merits are considered more important than cost relative to deciding who might best perform the work, cost factors and Global Communities prime recipient budget must also be considered. Therefore, after the final evaluation of proposals, Global
Communities will make the award to the Offeror whose proposal offers the best value to Global
Communities, considering both technical and cost factors.
III. EVALUATION CRITERIA
A. Appropriateness of Technical Approach and proposed work plan (25 points)
WASH For HEALTH
–FY15-01
Part 2 – Page 1
The ex tent that the Offeror’s proposed method demonstrates a clear understanding of the Scope of work objectives, as demonstrated in the methodology, proposed research tools, guidelines, preliminary survey questions and research schedule
B. Qualifications of Proposed Personnel (25 points) – Demonstrated expertise, experience, and availability of personnel to meet the requirements of the STATEMENT OF WORK.
C. Capabilities and Relevant Experience of the Organization (20 points) – Demonstrated organizational capabilities and experience as follows:
Evidence of experience in the field of carrying out research for WASH programs using qualitative and quantitative research methods (10 points)
Demonstrable experience in data collection and analysis related to the extent, location and the conditions of household related to water , sanitation and hygiene and socio –economic conditions in rural areas (5 points)
Demonstrable experience and competency in working with large stakeholder group such as the UN, international development organizations, government departments, etc. in conducting baseline surveys, situational / trend analysis similar to the scope and complexity of this assignment (5 points)
D. Organizational Capacity (15 points) – this will assess the organization in terms of reliability, experience and capacity. Specifically it will assess the company’s profile in relation to recruitment staffing and personnel management; effective systems including adequate logistical capacity to complete the assignment successfully within the specific duration as detailed in the Scope of Works; Quality of product or service, including cost control, timeliness of performance, and meeting goals and targets, and customer satisfaction with performance.
E. Cost Proposal (15 points) – The lowest price cost proposal will receive the highest score for cost. Higher priced cost proposals will receive a correspondingly lower score. To assist in evaluation and comparison of cost proposals, Global Communities may ask an Offeror for clarification or further breakdown of the Offeror’s price.
Global Communities will evaluate all proposals received based on the above evaluation criteria.
The review may include follow-up questions to offerors. Global Communities will enter into negotiations with the Offeror that scores the highest number of points using the criteria above.
Offerors are reminded that Global Communities is not obliged to award a contract on the basis of lowest proposed cost or highest technical evaluation score. Although for this procurement technical proposal merits are considered more important than cost relative to deciding who might best perform the work, cost factors and Global Communities prime recipient budget must also be considered. Therefore, after the final evaluation of proposals, Global Communities will make the award to the Offeror whose proposal offers the best value to Global Communities, considering both technical and cost factors.
WASH For HEALTH
–FY15-01
Part 2 – Page 2
PART 3: STATEMENT OF WORK
1. Background on Project
With funding from USAID, Global Communities is implementing the USAID/ Water Access
Sanitation and Hygiene for Health Project in five targeted regions of Ghana. WASH for Health falls under USAID ’s Country Development Corporation Strategy (CDCS) Development
Objective 3: Ensure equitable improvement in health status. The project also supports the achievement of USAID Water and Development Strategy, Strategic Objective 1 and its associated Intermediate Results in improving health outcomes through the provision of sustainable WASH services. The overall goal of WASH for Health is to accelerate a sustainable improvement in water and sanitation access and improve hygiene behaviors in target districts to complement other USAID health investments. The project is being implemented in 30 selected districts in the Northern, Volta, Greater Accra, Central and Western Regions of Ghana.
WASH for Health seeks to achieve this goal through six objectives/ components:
1. Increase Use of Improved Household Sanitation
2. Improve Community Water Supply Services
3. Improve Sector Governance and Policies
4. Expand Key Hygiene Behaviors
5. Leverage Public/Private Partnerships to Magnify the Impact of USG Investments
6. Improve Water Supply and Sanitation Infrastructure for Schools and Health Facilities
The components have been summarized below. Details can be found in the project proposal which will be shared and discussed with the Offeror at the inception meeting.
Component 1: Increase Use of Improved Household Sanitation
The proposed approach for this component is to lay the foundation for a demand-led Community
Led Total Sanitation (CLTS) project through alliances with local government counterparts; strengthening CLTS facilitation skills, and building a practical sanitation market/ suppliers that offers low-cost technologies and a variety of financing options before triggering demand. The
District Water and Sanitation Teams (DWSTs) will be used to review and update existing data on water and sanitation access and select specific communities to engage in CLTS. There will also be collaboration with local counterparts to gain information about community dynamics
(existence of opinion leaders, primary livelihoods for men and women, history with CLTS, etc.)
Component 2: Improve Community Water Supply Services:
Global Communities will assist communities not directly targeted for CLTS to complement other
USAID programs or address a critical need. In planning community water supply interventions,
Global Communities will cooperate closely with local government structures and stakeholders, including the regional Community Water and Sanitation Agency (CWSA), DWSTs and District
Assemblies (DAs), as well as the Ghana Water Company Limited (GWCL). Since DWSTs and regional CWSA offices are responsible for long-term support to WatSan Committees, their involvement in all aspects of W4H hardware and software interventions will help establish them as a service authority and resource for communities. We will review existing water and sanitation plans and obtain relevant data on water supply infrastructure to inform our activities which include:
Develop new and rehabilitate existing water supply facilities
Create new and renew existing WatSan Committees for operation and maintenance of water facilities
Strategic water supply at critical points such as markets
Support Scale-up of Manual Well Drilling
WASH For HEALTH
–FY15-01
Part 4 – Page 1
Component 3: Improve Sector Governance and Policies:
Our work with key government institutions such as CWSA, Ghana Education Service, Ghana
Health Service and DWST indicates that sustainable WASH service delivery must involve all stakeholders, including the poor and the most vulnerable, in key decision making from project design through implementation and post-construction management. Under this component, support will be provided in developing governance structures for sustainable management of
WASH services by strengthening structures at the community, district and regional levels and the linkages between them. Specific activities under this component include:
Develop and update District Water and Sanitation Plans;
Support Metropolitan, Municipal and District Assemblies (MMDAs) to enforce sanitation bye-laws;
Strengthening of district-based sanitation monitoring and Open Defecation Free (ODF) certification systems;
Build capacity among districts to utilize data for planning and prioritization;
Increase district scores on institutional strength index to measure the institutional strength of DWSTs;
Support broad engagement on WASH sector; and
Support selected WASH sector policy reforms
Component 4. Expand key hygiene behaviors
WASH for Health will work closely with government partners – Community Water and Sanitation
Agency (CWSA) and Environmental Health Sanitation Division (EHSD) and USAID health partners: Communicate for Health (C4H), Systems for Health(W4H), SPRING, and RING from the outset so that WASH for Health’s (W4H’s) behavior change strategy reinforces and extends efforts to improve health status of targeted communities. The strategy and its implementation will be based on solid evidence on nutrition and WASH, appropriate theory, effective Social and
Behavior Change communication (SBCC) approaches, a strong sense of local culture, and participation by government, NGOs and community members. Key activities under the component are:
Increase adoption of key hygiene behaviors
Coordinated, multi-channel, multi-media BCC campaign.
Integrated promotion of essential nutrition and WASH actions
Improve integration of WASH, MCH and nutrition services
Knowledge products.
Coordinating to respond to emerging threats such as Ebola and Cholera.
Component 5: Leverage PPPs to magnify the impact of USG investments:
Global Communities will leverage the partnerships between USAID and Rotary International and
Coca-Cola to further program objectives to the greatest extent possible by engaging both companies in our annual work planning processes. To leverage resources for the benefit of the poorest and vulnerable, Global Communities will coordinate efforts through existing Global
Development Alliances (GDA) and provide information and ideas from the field as to how funds can be applied to further the objectives of W4H as well as those of the GDA partners. Ideas that are determined to have potential will be developed into concept papers with deliverables, impact to be achieved, and summary budgets. These will be presented first to USAID for review, and then, upon concurrence, to the GDA partners. Potential partnerships will also be explored under this component. In the first year of the project, Global Communities will explore and analyze exiting Public Private Partnership (PPP) in the WASH sector. This will be done in collaboration with the Government of Ghana national and regional level stakeholders to build their capacity to create strategies for identifying, designing, and managing PPPs.
WASH For HEALTH
–FY15-01
Part 4 – Page 2
Component 6: Improve water supply and sanitation infrastructure for schools and health facilities:
Under this component beneficiary schools and health centers will be selected in close coordination with USAID (including S4H and SPRING) and respective Government of Ghana
(GOG) counterparts such as DWSTs, GWCL, CWSA, the Ghana Education Service and its
School Health Education Programme (SHEP) for school infrastructure, and the GHS for health facilities to reinforce the CLTS process and W4H hygiene messaging. Institutional latrines will feature hand washing facilities and may include rainwater harvesting tanks with taps, Veronica buckets or other appropriate infrastructure, depending on the availability of water and drainage capacity. It is expected that most WASH structures that will be constructed under Component 6 will incorporate the KVIP technology, which has proven to be the most appropriate for rural areas because water is not required for fecal sludge management.
Gender sensitivity will be a primary consideration in the design of all institutional facilities. In schools, for example, there will be separate toilet facilities for males and females, and women’s facilities will have a changing room to ensure privacy, a particular concern for young women entering puberty. Additionally, sanitation facilities will be accessible to the disabled
A key element of component 6 is to support the creation and operation of Facility Management
Committees; engage the CWSA and Ministry of Local Government and Rural Development
(MLGRD) to ensure that the committees are linked with the authorities tasked with providing longterm support and oversight. Consistent with GOG policy, financial contributions will not be required for institutional water supply and sanitation facilities, however, a signed agreement will be put in place with the Facility Management Committee to outline committee and community roles and responsibilities regarding facility Operation and Maintenance (O&M) before construction begins.
The expected outputs of the project are:
I. 60600 people gain access to an improved sanitation facility by the end of 2020
II. 66,000 people gain access to improved drinking water source by the end of 2020
III. 90% of Open Defecation Free (ODF) certified communities sustain their ODF status by 2020
IV. By 2020, 640 communities certified as ODF
V. By 2020, 45 improved latrines provided in institutional settings
2. Purpose of Assignment
This assignment will include several components that will provide the basis for subsequent assessment of the efficiency, sustainability and effectiveness of WASH 4H and the results it can achieve and measure. The consultant will be expected to carry out the following: a) Collect and provide analysis of community-level data on target communities; b) Carry out a baseline assessment, including collecting baseline data for all b)
Indicators in PMP;
Provide input and recommendations on finalization of the WASH 4H Activity
Monitoring and Evaluation Plan, including Performance Indicator Reference
Sheets; and d) Based on research and analysis, provide recommendations on refinements to proposed interventions, indicators or targets.
WASH For HEALTH
–FY15-01
Part 4 – Page 3
These four components are described in more detail below:
The specific objectives are as follows:
A. Provide analysis of Community-Level Data:
Collect and analyze community-level data at baseline on target population with respect to their socio-economic, cultural and political characteristics; the type, availability, physical state of, cost, building materials used; and access to water and sanitation at the household level, and in community, school and health facilities; hygiene practices and knowledge, and local governance in water and sanitation etc. This data will be used by Global Communities to most appropriately target services and interventions:
B. Gather baseline data for all required indicators in the PMP.
The consultant will gather baseline data for all PMP indicators (found in Annex
E) that require a baseline measure. The consultant will also establish indicator benchmarks and if relevant, develop proxy indicators and indicator measurement tools. This will be negotiated between consultant and Global
Communities the Activity Monitoring and Evaluation Plan (AMEP) which contains the indicator definitions will be provided to the Offeror to use the definitions for age group, the different types of latrines and water sources/ facilities.
The consultant will also validate baseline data with exiting data from secondary sources and with baseline data from other USAID Health,
Population and Nutrition Office (HPNO) partners working in the region.
C. Provide input and recommendations on finalization of the WASH 4H Activity
Monitoring and Evaluation Plan, including Performance Indicator Reference Sheets
Provide input and suggestions to Global Communities in the finalization of the
M&E Plan, incorporating knowledge gained carrying out the baseline and related data collection.
Also review and where relevant, make changes to the project’s
Performance Indicator Reference Sheets outlining indicator definitions, how indicators will be measured, by whom, the frequency etc.; complete project indicator table (Project Monitoring Plan) with baseline data; review indicators and suggest new ones where applicable; and revise project assumptions and targets where necessary.
For indicators not provided, or for which PIRs do not exist, those should be developed.
D. Provide recommendations related to refinement in program interventions, approach, indicator or targets
Based on data collected and knowledge gained during assessment, consultant will be expected to provide recommendations on refinements to any project plans, interventions or strategies, as well as changes to indicators or targets, or the addition of other indicators that should be considered,
3. Methodology
Offerors need to design and implement the most appropriate methodology to provide an objective overview of the WASH sector in targeted communities, schools and Community-
Based Health Planning Services (CHPS) compounds, and to collect the baseline data needed to commence project implementation. The methodology shall include but not limited to:
WASH For HEALTH
–FY15-01
Part 4 – Page 4
Quantitative methods:
Quantitative methods such as surveys, semi structured and structured interviews and structured observation of actual WASH services and practices should be considered. The
Offeror will be required to determine the sample size for each program area e.g. WASH in rural communities; WASH in schools and WASH in CHPS compounds. The sample size should have 95% confidence interval and the calculation should be presented in the technical proposal and will be finalized with the successful firm
Qualitative methods:
Offerors may use methods such as Focus Group Discussions, Key informant interviews, observations, spot- checks and any other methods deemed appropriate.
Data collection Tools
Offerors will develop appropriate data collections tools including household questionnaires checklist where applicable, Focus Group and Interview guide and structured observation and necessary for each given indicator.
4.
Responsibilities
This assessment will be an inclusive process working jointly with the Global Communities and its partners, District Assemblies and USAID Implementing Partners in the regions. The consultant will continually update the Deputy Chief of Party for WASH for Health and Global Communities ’
Monitoring and Evaluation Specialist on the progress of work on a weekly basis.
In consultation with Global Communities, the Offeror shall be responsible for the following:
A. Develop scientifically sound research tools, instruments and sampling methodologies that will provide the data and analysis described.
B. Pilot and revise the assessment tools as necessary.
C. Train the enumerators on the tools administration
D. Collect primary data through surveys, key informant interviews and focus group discussions.
E. Use Qualitative data to triangulate results from quantitative findings.
F. As relevant, disaggregate data by gender, age and location
G. Draft two copies of assessment report. Reports should include:
Executive Summary;
List of Key Findings and Recommendations;
Visual presentations (e.g. charts, graphs and/or tables) to most appropriately display key findings;
Contact details of persons interviewed;
Analysis of key findings;
H. Present key findings to Global Communities and stakeholders in a PowerPoint presentation.
I. Revise report to incorporate feedback of Global Communities and key stakeholders.
J. Identify the locations of existing WASH facilities using GPS enabled devices to enable
Global communities plan for interventions
K. Develop measurement tools/procedures that will be used over the life of project for quarterly annual and mid-term assessments
L. Provide a comprehensive report on recommendations for refinement in program interventions, approach, indicators or targets
WASH For HEALTH
–FY15-01
Part 4 – Page 5
Tasks
Review program documentation including the project Request for Applications (RFA), project proposal and Activity Monitoring and Evaluation
Plan (AMEP).
Hold meetings with Global Communities staff to have in-depth understanding of the scope of work, the assessment methodology and implementation plan
Provide a comprehensive work plan and an
Develop data collection tools (household
inception report methodology detailing the
Communities to review and approval proposed questionnaires, KII and FGD guide,) for Global
End Product
Preliminary findings
Work Plan and Inception report
Draft Data collection tools submitted
Final Data collection tool submitted
Incorporate data collection tools and submit final tools
Train enumerators
Pretest data collection tools
Enumerators
Trained
Travel to the selected districts in the Northern, Greater
Accra, Volta, Western and Central Regions to:
Carry out Household Surveys
Carry out FGDs with at least 2 Community groups in each enumeration area (Unit Committee, Water and
Sanitation Team, Women’s Group, Traditional
Authority, Opinion leaders, CBOs etc.)
Carry out Structured interviews with District
Assemblies and District Health Directorate for the following:
Schools and health facilities in need of WatSan intervention.
Communities with poor water and sanitation coverage
Communities worst affected by water and sanitation related diseases
Visit schools to carry out KIIs with schools heads/
SHEP coordinators
Visit health centres for KIIs with the head of the
CHPS Zones.
Identify the GPS coordinates of existing water and sanitation facilities ( in CSV or Excel format) within 75 business days
Baseline survey conducted
Carry out data entry and analysis
Data entry and
analysis completed
WASH For HEALTH
–FY15-01
Part 4 – Page 6
Timeframe
Within 5 business days of contract signing
Within 10 business days of contract signing
Within 15 business days of contract signing
Within 19 business days of contract signing
Within 25 business days of contract signing
Within 38 business days of contract signing
Within 38 business days of contract signing
Within 46 business days of contract signing
Submit first draft report for Global Communities to make comments
Incorporate comments and finalize report
Incorporate comments and submit second draft report
1 submitted
2 st nd
Draft
Draft submitted report report
Within 61 business days of contract signing
Within 69 business days of contract signing
Within 74 business days of contract signing
Present findings to Global Communities in a
PowerPoint Presentation at Global
Communities Office
Work on comments and submit final report
Finalize AMEP with completed PIRS (indicator definitions, means of measurement and data sources, who collects data, frequency etc); PMP ( complete baseline data, targets, new and revised indicators) and assumptions where necessary
Present a comprehensive report on recommendations to refinement in program interventions, approach, indicators and targets
PowerPoint
Presentation completed
Final Baseline report received
Final AMEP
Recommendation
Report
Within 76 business days of contract signing
Within 76 business days of contract signing
Within 76 business days of contract signing
5. Key Deliverables
The Offeror shall develop and present the following deliverables in English within the number of business days specified from the date of signing the contract:
Preliminary findings based on desk review of provided data - within 5 business days.
A work plan and inception report with a scientific research design and approach within10 business days
Draft data collection tools (i.e., KII and FGD Guides and any other relevant data collection tools) - within 15 business days
Final tools (i.e., KII and FGD Guides and other relevant tools) - within 19 business days.
Detailed, annotated report outline – within 23 business day
First draft report for Global Communities to review and comment – within 61 business days
Second Drat report within 69 business days
A PowerPoint presentation of the key findings of the assessment within 74 business days
Final report in electronic format and hard copies (Two copies) – within 76 business days
GPS coordinates of existing water and sanitation facilities (in CSV or Excel format) within 75 business days.
A comprehensive report on recommendations to refinement in program intervention, approach, target or indicators.
All relevant datasets collected including recordings, transcriptions, completed data collection tools, electronic data (i.e., excel tables) within 75 business days
Finalized AMEP with complete PIRS (indicator definitions, means of measurement and data sources, who collects data, frequency etc.; PMP ( complete baseline data, targets, new and revised indicators) and assumptions where necessary
Measurement tools and procedures to be used in the life of project for quarterly, annual and midterm assessments.
WASH For HEALTH
–FY15-01
Part 4 – Page 7
6. Duration
The anticipated level of effort will be 45 business days with the final report to be delivered no later than Tuesday, 3 rd November, 2015. The timelines against each task is indicative.
Offerors can choose an alternative justified time line.
7. COORDINATION AND REPORTING
The assignment will be carried out in the Northern, Volta, Central, Western and Greater Accra
Regions of Ghana. However, the Offeror will report to the Global Communities Office in Accra
All findings gathered through the field work will be tabulated analyzed and interpreted in the baseline report. The baseline report will be submitted initially in electronic format for comments to Global Communities - WASH for Health Team. Feedback will be provided by Global
Communities and only upon approval will the Offeror submit the required number of hard copies.
Soft copies of all reports (including data and data analysis in Excel and SPPS format) will be provided to Global Communities
The day to day activities will be coordinated by Global Communities Ghana. All correspondence should be addressed to the Deputy COP and the Monitoring and Evaluation Specialist for W4H.
With the exception of the Power Point Presentation and Hard copies of the final report, the Offeror shall send weekly updates on the progress of work to the Deputy COP and the M&E Specialist via e-mail.
The report should be no longer than 80 pages, excluding an executive summary of no more than
5 pages and appendices.
Appendices should include:
Copies of all survey, interview guidelines, protocol and other instruments used
List of all individuals, firms and organizations interviewed
List of reference documents cited
WASH For HEALTH
–FY15-01
Part 4 – Page 8
Annex A – Evidence of Responsibility
Print on Letterhead
In accordance with the evidence of responsibility criteria of FAR 9.104-1 General Standards,
………………………… represents that it:
1. Has adequate financial resources or the ability to obtain such resources as required during the performance of the award;
2. Has the ability to comply with the award conditions, taking into account all existing and currently prospective commitments of the applicant, nongovernmental and governmental;
3. Has a satisfactory record of performance. Past relevant unsatisfactory performance is ordinarily sufficient to justify a finding of non-responsibility, unless there is clear evidence of subsequent satisfactory performance;
4. Has a satisfactory record of integrity and business ethics; and
5. Is otherwise qualified and eligible to receive a grant under applicable laws and regulations
(e.g., EEO).
By signature below,
………………………………………. certifies that the above statements are accurate, complete and current.
___________________________________________
Name
Position
______________
Date
WASH For HEALTH
–FY15-01
Part 4 – Page 9
Annex B – Budget (download here)
Offeror:
Line
Item
Budget Detail
Object Class Categories
I. Personnel
II. Fringe Benefits
Fringe Benefits
III. Allowances
Subtotal Personnel
RFP#:
Base of
Calculation
Unit
Days
Days
Days
Days
0.0%
Subtotal Benefits & Allowances
IV. Travel, Transportation & Per Diem
A. International Travel - Country /US
Subtotal Consultants
B. Per Diem
Subtotal Travel & Transportation
Trips
Trips
Days
Days
V. Other Direct Costs
DBA Insurance
Subtotal Other Operating Costs
WASH For HEALTH
–FY15-01
Part 4 – Page 1
ANNEX C – BIOGRAPHICAL DATA SHEET
WASH For HEALTH
–FY15-01
Part 4 – Page 2
ANNEX D: WASH FOR HEALTH RESULTS FRAMEWORK
USAID GHANA W4H Results Framework
USAID Water and Development
Strategy
2013 – 2018
SO1:
Improve health outcomes through provision of sustainable water, sanitation and hygiene
(WASH)
USAID GHANA Development
Objective 3:
Equitable Improvements in Health
Status
GOAL:
Accelerate sustainable improvement in water and sanitation access and improve hygiene behaviors in target districts
USAID/People for Health Project
USAID/Innovate for Health Project
USAID/Evaluate for Health Project
USAID/Communicate for Health Project
USAID/Systems for Health Project
USAID/RING
USAID/SPRING
USAID/Deliver
US Peace Corps
Coca Cola Corporation
Bill and Melinda Gates Foundation
Rotary Foundation
Others
Objective 1:
Increase use of improved household sanitation
IR 1.1 CLTS regional- and district-level facilitators trained to implement demand-led
CLTS
IR 1.2 Increase access to and improve sanitation products and services
Objective 2: Improve community water supply services
Objective 4: Expand key hygiene behaviors
IR 4.1 Increase adoption of key hygiene behaviors
IR 2.1 Develop new and rehabilitate water supply services
IR 2.2 Support scaleup of Manual Well
Drilling (MWD)
IR 4.2 Integrate promotion of essential
WASH and nutrition actions
IR 4.3 Improve integration of WASH,
MCH and nutrition services
Objective 6:
Improve water supply and sanitation infrastructure for schools and health facilities
IR 6.1 Support rehab or new construction of water and sanitation facilities in schools and health institutions
Objective 3: Improve sector governance and policies
IR 3.1 Strengthen local governance and management.
IR 3.2 Support broad engagement on WASH sector
IR 3.3 Support selected
WASH-sector policy reforms
Objective 5:
Leverage public/ private partnerships to magnify impact of
USG investments
IR 5.1 Coordinate existing USAID alliances
IR 5.2 Create new USAID alliances
Key
Direct Influence
Cross-Cutting Influence
WASH For HEALTH
–FY15-01
Part 4 – Page 3
ANNEX E: PERFORMANCE INDICATORS
Performance
Indicator
Definition
Data /Source
Methodology
GOAL: Accelerate sustainable improvement in water and sanitation access and improve hygiene behaviors in target districts
Objective 1: Increase Use of Improved Household Sanitation
# of people gaining access to Improved sanitation facility separates human excreta from an improved sanitation facility
(F 3.1.8.2-2) human contact. Includes: a flush or pour/flush facility connected to a piped sewer system; a septic system or a pit latrine; pit latrines with a slab; composting toilets; or ventilated improved pit latrine.
Household survey
F3.1.8-32 Percent of population using an improved sanitation facility
Improved sanitation facility separates human excreta from human contact. Includes: a flush or pour/flush facility connected to a piped sewer system; a septic system or a pit latrine; pit latrines with a slab; composting toilets; or ventilated improved pit latrine
Household survey
F 3.1.8.2-1Percent of households using an improved
Sanitation facility
Improved sanitation facility separates human excreta from human contact. Includes: a flush or pour/flush facility connected to a piped sewer system; a septic system or a pit latrine; pit latrines with a slab; composting toilets; or ventilated improved pit latrine
Household survey
F 3.1.6.8-2 Percent of population in target areas practicing open defecation
Open defecators are individuals who live in households that have no sanitation facility and who declare there is no sharing of sanitation facilities with any other household.
When asked what sanitation facility the family uses, they answer by saying that they defecate in the bush, in open fields, or other open spaces.
Household survey
IR 1.1 CLTS regional- and district-level facilitators trained to implement demand-led
CLTS implementing CLTS
# of master trainers/facilitators and support staff trained. To be unique individuals (to ensure no double counting).
DA/ DWST/
EHU
# of Members of CLTS
Natural
Leaders Network
# of districts that have well- defined CLTS strategy
Natural Leaders are private Individuals that encourage communities to become ODF; NL that bring other communities to ODF status will be networked.
Defined by districts that have Identified CLTS goals, phasing plans and monitoring plans, and provided budget allocations.
DA/DWST/
EHU.
DA/DWST/
EHU
# of latrine artisans trained in building household latrines
Defined as the number of local artisans including masons, carpenters and plumbers who have been given training on the construction of latrine models promoted in WASH 4 Health
DWST/ EHU
# of improved latrines installed
Latrines should separate human
Excreta from human contact. Could include: a flush or pour/flush facility connected to a piped sewer system; a septic system or a pit latrine; pit latrines with a slab; composting toilets; or ventilated improved pit latrine
Household survey
F 3.1.8.1-2 Number of people gaining access to an improved drinking water source
Persons gain access if (1) source is newly established or rehabbed from non-functional state within the reporting year
&these persons did not previously have similar “access” and (2) if “time to collect” water from this source does not exceed 30minutes
Household survey
WASH For HEALTH
–FY15-01
Part 4 – Page 4
Performance
Indicator
Definition
Data /Source
Methodology
F 3.1.8-31 Percent of Households gain access if (1) source is newly household using an improved drinking water source established or rehabbed from non-functional state within the reporting
F 3.1.8-31 water source
Percent population using an improved drinking of year
Persons gain access if (1) source is newly established or rehabbed
“time to collect” water from this source does not exceed
30minutes
“access” and (2) if “time to collect” water from this source does not exceed 30minutes
Household survey
Household survey drinking water source
F 3.1.8-3 Number of people
Receiving improved service quality from existing improved
Improved service quality” is defined as being achieved if:
The ease of access measure, time taken to fetch water from an improved source, is reduced to less than 30 minutes; The reliability of supply improves such that the person’s main source is available regularly, i.e. there is no regular rationing of supply or regular seasonal failure of their improved source; and/or,
- The affordability of their improved drinking water source improves such that the average price they pay for water is no
F 3.1.6.8-2 Percent of drinking water sources practicing correct use of technologies
Households will be considered to be correctly practicing water treatment technologies if the following conditions are met for any of the treatment options: recommended household water treatment residual test obtains positive results (CT+)
-Filtration: enumerators are able to see the filter and verify that water is in the filter’s bottom container or comes out of the filter’s tap (Filter +)
-Solar disinfection: the enumerator is able to see that bottles filled with water are exposed to the sun and selfreports by study participants indicate that bottles are exposed to the sun for at least six hours per day of exposure (SODIS+) on sunny days and up to two days on cloudy days
-Boiling: study participants report that boiling occurred until water comes to a rolling boil and the same container where water is boiled is used to store boiled water (BOIL+)
Household survey
Household survey
USAID Ind: Number of active health top up vendors distributing water purification and hygienic commodities
Water treatment technologies include: chlorination,
Ceramic Filtration, solar disinfection, or boiling. . Products for point of use disinfection include Ceramic Water Filter and Tulip Ceramic Filters for ceramic filtration, Chlorine tablets such as Aqua Tabs, Jumbo Tabs and Hospice
Tabs for chlorination. Active top up vendors are vendors who continually supply one or more of these products in targets communities for water purification
Objective 2: Improve Community Water Supply Services
IR 2.1 Develop New and Rehabilitate Water Supply Services
DWST/ EHU
% of rehabbed/ constructed water infrastructure w/functioning WATSAN committees
Measures capacity of WATSAN committees over time, for example progress on radar diagram, adherence to bylaws, tariff collection, payment to employees, etc.
DWST/ EHU
WASH For HEALTH
–FY15-01
Part 4 – Page 5
Performance
Indicator
# of pump mechanics trained in borehole repairs
Definition
Defined as the number of area mechanics who have been given training in borehole repairs
Data /Source
Methodology
DWST/ EHU
IR 2.2 Support scale-up of Manual Well Drilling (MWD)
# of local workers trained in
MWD techniques
# of construction or hand dug well workers trained to work with a MWD enterprise
DWST/ EHU
Objective 3: Improve Sector Governance and Policies
IR 3.2 Support Broad Engagement on WASH Sector
# of stakeholders with increased capacity to deliver water and sanitation services
Stakeholders include businesses, NGOs, and CBOs such as WatSan committees.
DA/DWST/ EHU
Performance
Indicator
Definition
# of districts supported in developing or implementing WASH Sector policies
Total # of districts supported in developing or implementing new policies through technical assistance, training, or facilitation of stakeholder consultations
Objective 4: Expand Key Hygiene Behaviors
# of individuals trained in integration of
WASH, health and nutrition BCC messaging
Trainees will include health Workers at community level. Data to be disaggregated by gender.
Data
Source/
Methodolo gy
DA/DWST/ EHU
DWST/
EHU
IR 4.1 Increase adoption of key hygiene behaviours
# of CLTS facilitators, CHVs and EHAs trained in hygiene promotion
Training will focus on Participatory learning, hygiene promotion and hygiene counselling.
DWST/ EHU
# of HH that begin commonly using soap and water at hand Washing station
% of HH who report having used soap for hand washing at least at two critical times during past 24 hours
% of people who can identify the latrine they use to defecate
Household can show where they WASH hands.
Soap is present there.
Appropriate hand Washing involves three elements:
(1) hand Washing Supplies,
(2) Hand Washing technique, and (3) hand
Washing at critical moments.
This indicator is based on a survey
Question and serves as a measure of the safe disposal of faces.
Household
Survey
Household
Survey
Household surveys
WASH For HEALTH
–FY15-01
Part 4 – Page 6
Performance
Indicator
Definition
Data
Source/
Methodolo gy
IR 4.2 Integrate promotion of essential WASH and nutrition actions
% of households and de jure population that use an improved drinking water source
Improved drinking water source includes water from pipe/tap, public tap, borehole or pump, protected well, protected spring or rainwater, and does not include vendor-provided water, water, tanker trucks or unprotected wells and springs.
Household survey
% of children under five who had diarrhea in the last 2 weeks preceding the survey interview
Diarrhea incidence among children under 5 in two weeks prior to survey.
Household survey
% distribution of mothers aged 15-
49 years who had a birth in the last five years, have their youngest child under five living with them and disposed the chil d’s last stool safely
Safe disposal includes the following: the child used toilet/latrine or stool was put/rinsed into toilet/latrine or buried.
Household survey
# of districts with WASH behavior campaigns integrated with MCH, and nutrition services
% of households who state they followed at least one of recommended practices in behavioral campaign
Campaigns will include messaging on hand
Washing with soap after defecation, appropriate disposal of feces, treatment and safe storage of water &food hygiene and essential nutrition actions.
DWST/ District
Health
Directorate
This indicator will measure Adoption of improved hygiene messages.
Household
Survey
WASH For HEALTH
–FY15-01
Part 4 – Page 7
Annex F
No
23
24
25
26
20
21
22
16
17
18
19
13
14
15
27
28
29
30
9
10
11
12
6
7
8
1
2
3
4
5
Region
NORTHERN
Central
Central
WESTERN
Western
Western
Western
Western
Western
Western
Western
Volta
Volta
Volta
Volta
Volta
Volta
Northern
Northern
Northern
Northern
Northern
Northern
Northern
Northern
CENTRAL
Central
Central
Central
Central
Volta
GREATER ACCRA
Greater Accra
Greater Accra
Greater Accra
Target Districts
District
West Mamprusi
East Mamprusi
Karaga
Yendi
Bole
Sawla-Tuna-Kalba
Gushiegu
Kpandai
Twifo-Ati Mokwa
Twifo Hemang Lower Denkyira
Assin North
Asikuma Odoben Brakwa
Upper Denkyira East
Ajumako, Enyan Essam
Amenfi West
Amenfi Central
Bodi
Amenfi East
Sefwi Wiawso
Sefwi Akontonbra
Mpohor
Agotime Ziope (Kpetoe)
Adaklu
Nkwanta North
Nkwanta South
Krachi East
South Tongu
Ada West
Ada East
Shai-Osudoku
WASH For HEALTH
–FY15-01
Part 4 – Page 8
Appendix G
Additional indicators for component 4
Number of staff trained in BCCC/CLTS strategies and applying skills
Number of BCC materials used “as is” that already exist
Number of materials developed
Number of materials adapted
Number of men trained in hygiene promotion
Number of women trained in hygiene promotion
Number of Village Savings and Loan Associations (VSLA) formed
Number of WASHMarts formed
Outcome Indicators
Number of community members who state they have purchased a needed product for essential WASH action at a WASHMart (handwashing facilities, water storage, chamber pots for infants, sanitary products to construct latrines to safely dispose of faeces)
Number of VSLA who have used money to build or improved on latrines.
Number of (target audience) whose knowledge has increased in safe handling of water, safe disposal of faeces and improved hygiene practices
Number of (target audience) who state the intention to handle water safely, dispose faeces safely and improve hygiene practices
Number of (target audience) who recommend handwashing with soap, safe disposal of faeces, safe handling of water etc. to someone else
Number of staff who reportedly have improved their capacity in facilitating hygiene promotion, BCC and CLTS)
Number of community members who report washing their hands with soap and water
Number of community households using a new latrine
Number of community households using an improved latrine
Number of communities open defecation free
Number of households who cover their drinking water
Number of households who report that they clean their water containers regularly
Number of households that treat their drinking water
Number of households collecting water only from safe source
WASH For HEALTH
–FY15-01
Part 4 – Page 9