Request for proposals for conducting baseline assessment for the USAID Regional Health Integration to Enhance Services Project in South Western Uganda (USAID RHITES SW) Background The goal of USAID Regional Health Integration to Enhance Services Project in South Western Uganda (USAID RHITES SW) is to increase utilization of health services through the following key result areas: increased availability of and accessibility to health services; improved quality of health services; increased availability of resources for public sector health services; improved organization and management of service delivery and increased adoption of healthy behaviors and positive child development practices by communities in focus areas and target population groups. The Elizabeth Glaser Pediatric AIDS Foundation (EGPAF) through the USAID RHITES SW seeks services of consultant(s) to conduct a baseline assessment on selected malaria, Maternal Neonatal and Child Health (MNCH,) family planning, nutrition, Early Childhood Development (ECD) and Water Sanitation and Hygiene (WASH), gender, S Gender Based Violence (GBV,) youth, adolescents and health unit management indicators in 14 districts in SW Uganda, namely in Kisoro, Kabale, Kanungu, Rukungiri, Ntungamo, Bushenyi, Sheema, Mitooma, Buhweju, Rubirizi, Isingiro, Kiruhura, Ibanda and Mbarara districts. Purpose of the assessment USAID RHITES-SW Uganda envisions the baseline survey as key step in information on process indicators and guidance in designing appropriate site and community specific interventions, and measuring the progress during the envisioned mid-term and final project evaluations. The baseline assessment aims to: Determine existing resources and process for providing malaria, MNCH, family planning, nutrition, ECD and WASH Identify gaps, barriers and challenges in providing high quality malaria, MNCH, family planning, nutrition, ECD and WASH Determine management, leadership, supervision, coordination, and other support systems as well as strengths and weakness in provision of malaria, MNCH, family planning, nutrition, ECD and WASH services Identify and document other organizations providing malaria, MNCH, family planning, nutrition, ECD and WASH services The assessment will collect, analyze and report the following data at three levels: 1. District Level (Level 1): district level leadership, management, supervision, coordination, systems support, partners supporting the HIV/AIDS activities, health structural framework issues, staffing, disease burden will be collected 2. Health Facility Level (Level 2) - at health centres II, III, IV and hospitals: infrastructure, equipment, personnel, service provision, systems support, and client load 3. Community Level (Level 3): service provision, continuity of care, networks and linkages and availability and utilization of community based groups The Assignment EGPAF will involve a group of consultants to carry out the baseline assessment for the USAID RHITES SW project. The consultant(s) will work closely with the project monitoring and evaluation team to execute the survey and will be supervised by the Director of M&E Unit.
Consultants Deliverables The Consultants will provide the following deliverables: 1. Draft baseline assessment protocol describing: o Methodologies design, sampling, data collection and analysis plan etc. o Data collection tools and procedures including data quality assurance strategy (EGPAF will discuss with the consultants to review its existing facility tools and adapt them as necessary) o Detailed work plan with timelines and schedules 2. Debrief EGPAF team on assessment methods, tools to be used, data analysis plan and field schedules and timelines for feedback and input 3. Final baseline assessment protocol 4. Draft comprehensive report including a data table with baseline values for the key output and process indicators to EGPAF team with key findings for review and feedback 5. A STATA file with all the data files and an indicator dictionary 6. Debrief meeting on assessment procedures and key findings for EGPAF team 7. A final report, no longer than 25 pages of text in the body, addressing the key objectives listed in the introduction of this SOW. The report shall identify and highlight the main findings of the survey, interpret the findings, organize the conclusions. The report final will also include a list of key data quality issues and recommendations for improving data quality and general data management systems at health facility and district levels. Consultant Team Qualification and Composition A team of 5 members with one lead consultant will be engaged. All the team members should have proven programming and assessment/evaluation experience and must have specialized training in Public Health, Epidemiology, health services research, social sciences and/or related disciplines. The lead consultant will have a minimum of 8 years of experience in programming at a senior level, as well as experience in evaluating/assessing integrated health projects especially those that relate well with the HIV/AIDS, malaria, MNCH, family planning, nutrition, ECD and WASH services and TB response. The team will comprise of individuals/firms who should have the following capabilities Evidence of good understanding of the application of public health research interventions Proven track record of successfully conducting high quality assessments and/or multipronged program evaluations Familiarity with USG/PEPFAR funded programs Proven capability to meet assignment proposed timeframe of 25 working days or four 6-day week period. Proven understanding of the district based approach in providing and integrated health services project Excellent report writing and presentation skills Expression of Interest Interested and qualified team of consultants are expected submit proposals detailing the following: Technical application including but not limited to; proposed survey methodologies, work schedule Budget Resumes and role/responsibilities of key team members Logistics The baseline assessment team shall work at EGPAF Uganda offices in Mbarara, but will work closely with M&E unit, district health officers, district community development officers and health facility in-charges. Depending on the contractual arrangements, EGPAF will provide office space, including access to computer network or web-only access, telephone, fax, photocopier and any other necessary equipment. Key Consultants terms All deliverables provided to EGPAF must be furnished for the use of the Foundation without royalty or any additional fees. All materials will be owned exclusively by the EGPAF. Contractor will not use or allow the use of the materials for any purpose other than contractor s performance of the Contract without the prior written consent of EGPAF. 4
Evaluation Criteria and Submission Requirements All proposals will be evaluated against the following Evaluation Criteria. Each proposal must contain the items listed in the Submission Requirements column in the following chart. Please submit your Submission Requirements in the order that they appear below. The Foundation will select the Contractor that provides the Best Value to the Foundation based on the below criteria. Evaluation Criteria Submission Requirements Weight Overall technical understanding and approach, and proposed methodology Institutional capacity and past experience Timeframe of implementation A maximum 5-page written proposal explaining technical understanding of the assignment the proposed methodological approach Professional references from similar past projects with phone and email contact information and one or more examples of prior similar work Estimated timeframe with deliverables, final delivery date including a detailed timeline Technical versus cost considerations A budget including budget notes 15% 35% 25% 10% Qualifications of proposed individuals, management approach of the team CV/Resume of proposed individuals to work on this assignment and 2 references per individual 15% Total 100% Duration of the Assignment The assignment is estimated to take up to 20 working days. This will take place in the months of January and February 2016 Location of Assignment Field work will cover all the USAID Regional Health Integration to Enhance Services in South Western Uganda Ethical Behaviour As a core value to help achieve our mission, EGPAF embraces a culture of honesty, integrity, and ethical business practices and expects its business partners to do the same. Specifically, our procurement processes are fair and open and allow all vendors/consultants equal opportunity to win our business. We will not tolerate fraud or corruption, including kickbacks, bribes, undisclosed familial or close personal relationships between vendors and Foundation employees, or other unethical practices. If you experience of suspect unethical behavior by a Foundation employee, please contact Doug Horner, Vice President, Awards, Compliance & International Operations, at dhorner@pedaids.org or the Foundation s Ethics Hotline at www.reportlineweb.com/pedaids/ Any vendor/consultant who attempts to engage, or engages, in corrupt practices with the Foundation will have their proposal disqualified and will not be solicited for future work. Submission of Applications Interested qualified individuals and/or teams of consultants are expected submit their letters of interest and proposals detailing the following: Technical application including but not limited to technical understanding of the task, institutional capability and past performance, work schedule Budget Resumes of key team members 5
The technical and cost application must be received by the closing date and time on or before 5:00 PM Jan 26, 2016 Uganda Kampala time. Electronic submit your applications is required. Hard copies of the applications are not required. Please, note that receipt by any one of these two addresses below before the closing date and time will constitute timely receipt of the application. Receipt time is when the application is received by the EGPAF internet server. Applications should be addressed to: procurementuganda@pedaids.org 6
Annex I Illustrative report outline Cover page (Title of the study, the date of the study, recipient s name, name(s) of the evaluation team. Preface or Acknowledgements (Optional) Table of Contents List of Acronyms Lists of Charts, Tables or Figures [Only required in long reports that use these extensively] Executive Summary [Stand-Alone, 1-2 pages, summary of report. This section may not contain any material not also found in the main part of the report] Main Part of the Report 1. Introduction/Background and Purpose: [Overview of the study. Summarizes the development problem/hypotheses addressed. Covers the purpose and intended audiences for the study and their main concerns as identified in the SOW]. 2. Study Approach and Methods: [Brief summary. Additional information, including instruments should be presented in an Annex]. 3. Findings: [This section, organized in whatever way the team wishes, must present the basic answers to the questions, i.e., the empirical facts and other types of evidence the study team collected.] 4. Conclusions: [This section should present the team s interpretations or judgments about its findings.] 5. Recommendations: [This section should make it clear what actions should be taken as a result of the study. 1 ] Annexes [These may include supplementary information on the study itself; further description of the data collection/analysis methods used; data collection instruments; summaries of interviews; statistical tables, an other relevant materials.] 7