Request For Proposals
To Conduct
End-Term Evaluation
Resilience, Health and Rights: sustainable solutions and support to vulnerable displaced and host communities.
Document Release Date: 30th October 2025
Last Date for Receipt of Proposals: 20th November 2025
Time: 17.00HRS
Tender Number: PRF29115
Submission Method: email to [email protected]
Tender Opening Venue and Time: Virtually via Microsoft Teams at 1200HRS on 21st November 2025.
The primary purpose is to conduct the end-term evaluation for the Resilience, Health and Rights: Sustainable solutions and support to vulnerable displaced and Host Communities in Northern Kenya Project. The end-term evaluation seeks to provide relevant data and analysis against the Project indicators and understand the intended and unintended change resulting from project interventions
Partners
Danish Red Cross, Kenya Red Cross Society and County Government.
Duration
30 days
Estimated Dates
24th November 2025 – 26th December 2025
Geographical Location
Turkana (Kalobeyei), Garissa (County and Dadaab), Wajir, Mandera, Marsabit Counties– Kenya.
Target Population
Targeted community members, stakeholders (County Government Representatives & Partners), Project Staff and Volunteers.
Deliverables
Inception report and tools, 3 documented case studies/best practices, Draft and final report, dissemination of the report and additionally all data sets.
Methodology
Quantitative and Qualitative methods.
Evaluation Management Team
KRCS MEA&L team, KRCS Project representatives and Danish Red Cross Representatives.
Over the past decade, Kenya has made significant progress on sustained economic growth, socio-economic development, and the achievement of the SDGs and the 2030 Agenda for Sustainable Development. Still, challenges exist in the form of high levels of food insecurity, poverty and youth unemployment combined with recurrent disasters and rising levels of conflict leading to further displacement and disruption of livelihood opportunities. The frontier sub-counties in Turkana, Marsabit, Wajir, Mandera and Garissa (project target counties), bordering South Sudan, Ethiopia and Somalia, are especially and disproportionately affected by these issues.
KRCS in partnership with the Danish Red Cross (DRC) and other partners is mitigating the social, economic and health impacts of COVID-19: 1) Social (rights and social cohesion); 2) Economic (livelihood opportunities and cash/community inclusion currencies) and; 3) Health (primary health including MHPSS and GBV prevention and management) in the frontier counties. The project is employing a longer-term inclusive Whole of Society approach, a Dignity, Access, Participation and Safety (DAPS) approach, mainstreaming of Protection, Gender and Inclusion and a rights-based approach addressing structural issues facing people affected by displacement through an advocacy component.
The counties, Turkana, Marsabit, Mandera, Wajir and Garissa were selected due to being disproportionately affected by displacement, Turkana and Garissa hosting the largest refugee camps/settlements in Kenya and Marsabit, Mandera and Wajir also hosting refugees during conflict situations across the border. Both in and outside camp/settlement settings, ongoing effects of climate disaster and conflict as well as limited access to primary health services, resources, and livelihood opportunities exacerbate existing vulnerabilities of persons affected by displacement and reduce their capacities to cope with humanitarian shocks and challenges. Based on this, the overall change this project aimed to achieve is to address short-term humanitarian needs mainly in terms of primary health services, including protection from GBV and MHPSS, as well as longer-term development goals to promote resilience and sustainability, through cash (including community inclusion currencies – CIC) and livelihood initiatives, which seek to complement one another. To maximise the impact on vulnerable groups in the selected target areas and beyond, the interventions seek to influence policy change and highlight gaps in the implementation of existing laws and policies for protection of rights of displaced persons, as well as engagement of displacement-affected communities in accessing the services they are entitled to and dialogue with local decision-makers on the inclusion of their concerns and needs in local plans and budgets.
The project is divided into three outcomes, which combined will support the achievement of the overall objective. The first outcome seeks to support vulnerable target groups to enhance livelihood opportunities and increase access to markets through Income Generating Activities (IGA) and the distribution of Community Inclusion Currencies (CIC) and cash. The second outcome endeavors to improve the health and well-being among vulnerable groups and ensure access to primary health care services, mental health and psychosocial support (MHPSS). Outcome three on the other hand seeks to improve the conditions of vulnerable groups in camps and settlements through promoting policy change and increased awareness among displacement-affected groups on their rights to access services, livelihood opportunities and protection.
The project is being implemented by, Kenya Red Cross Society (KRCS) in the project sites in close coordination with key stakeholders in-country such as government authorities like the Social Protection, Social Service, Trade and Enterprise, health, Department of Refugee Services, Ministry of Interior, National Cohesion & Integration Committee, UNHCR and other organisations. Other local implementing partners include Grassroot Economics on CIC components, and the Centre for Rights Education and Awareness (CREAW) on activities related to the integration of GBV in health activities. For the advocacy and policy outcome, DRC and KRCS is collaborating closely with and retrieve technical inputs from the Regional Durable Solutions Secretariat (ReDSS) that applies research and analysis in search of durable solutions for protracted displacement situations. ReDSS is supporting the development of an advocacy plan and a policy brief and join learning events/meetings of the project to inform ongoing analysis.
At community level the project is working with vulnerable community groups among them women and children, displaced population, population on the move and Refugees including the LGBTQ+.
The end-term evaluation seeks to provide relevant data against the project indicators, to understand the impact of the project’s interventions. It will also bring out issues that were affecting the project implementation and things that aided the success of the project as well as looking into the impact of the project.
The specific objectives of the end-term evaluation will be:
The following are the key questions to be addressed during the ETE. The evaluator may however suggest changes/additional questions at the inception stage:
The consulting firm will propose the most suitable study design, sampling methods, sample size, data collection and analysis approaches that are suitable for the end term evaluation. This should be clearly outlined in the bidding document/proposal and if the consulting firm proceeds to the oral stage they will have further discussion with the evaluation management team. The consulting firm will also propose targeted respondents to interview or data sources that can answer the log frame indicators and provide comparable statistics to document any changes. The methodology should consider triangulation of findings, adequate and representative sample size for the targeted beneficiaries with clear sampling methods. All the log frame indicators should be given operational definition in the bid submission. A data analysis plan should be embedded indicating how the indicators will be analyzed and presented.
The evaluation will use the following literature and any other sources for reference and to inform the evaluation process further:
The project outcome and output indicators are shown in the table below: –
Outcome and Output
Indicator
OUTCOME 1
Vulnerable target communities are using markets for enhanced livelihoods.
1.1 Percentage of targeted households accessing basic commodities from local markets
1.2 Percentage of market traders able to meet demand for key commodities/goods/services
output 1.1
Cash or Community Inclusion Currency interventions have been implemented amongst targeted communities
1.1.1. Number of targeted households reached with cash or CiC interventions
1.1.2. Percentage of targeted households satisfied with CIC or cash delivery mechanisms
output 1.2
Targeted communities trained in locally adapted Income Generating Activities (IGA)
1.2.1 Number of people trained in establishing preferred IGAs disaggregated by age, gender and disability
1.2.2 Number of people implementing IGAs
output 1.3
Peacebuilding and social cohesion events are held for enhanced trade between target groups
1.3.1 Number of peacebuilding and social cohesion events held or supported
1.3.2 Number of people freely participating in peace building events disaggregated by age, gender and disability
OUTCOME 2
Vulnerable target groups have improved health and wellbeing
2.1 Percentage of targeted beneficiaries reporting access to healthcare services
output 2.1
Primary health care, GBV referrals and MHPSS services are provided through existing health care in camps and settlements
2.1.1 % of effective referrals GBV referrals made through existing healthcare services in camps and settlements
2.1.2 Number of people reached with MHPSS disaggregated by age, sex and disability
output 2.2
Humanitarian Service Points for health care, GBV referrals and MHPSS services established for underserved target groups
2.2.1 Number of humanitarian service points established
2.2.2 Number of people reached through the service points disaggregated by age, sex and disability
output 2.3
Awareness campaign on risks related to health, diseases and GBV completed
2.3.1 Number of health, diseases and GBV campaigns conducted
2.3.2 Number of people reached through the campaigns disaggregated by age, gender and disability status
OUTCOME 3
The most vulnerable groups have improved conditions in camps/settlements as a result of (government) policy change and increased awareness among displacement affected groups on their rights
3.1 Percentage of refugees satisfied with camps/settlements conditions
3.2 Percentage of refugees aware of their rights and legal status
output 3.1
Advocacy and engagement strategy designed and implemented at national and local levels for strengthening refugees’ access to services and livelihood opportunities
3.1.1 Number of refugee policies reviewed and implemented
output 3.2
Awareness-raising activities on the rights and legal status in and outside camp and settlement settings
3.2.1 Number of beneficiary committees established to lead community-centered advocacy
3.2.2 % of complaints and feedback fully addressed
The consultant shall take all reasonable steps to ensure that the evaluation is designed and conducted to respect and protect the rights and welfare of the people and communities involved and to ensure that the assessment is technically accurate and reliable, is conducted in a transparent and impartial manner, and contributes to organizational learning and accountability. Therefore, the evaluation team shall be required to adhere to the assessment standards and applicable practices as recommended by the International Federation of Red Cross and Red Crescent Societies.
It is also expected that the assessment will respect the seven Fundamental Principles of the Red Cross and Red Crescent: 1) humanity, 2) impartiality, 3) neutrality, 4) independence, 5) voluntary service, 6) unity and 7) universality.
The lead consultant must possess the following qualifications:
Availability of experts in each of the subject areas, with experience and relevant qualifications for the assignment will be highly preferred.
The end term evaluation will be conducted for 30 days from contract signing to delivery of the final report.
The evaluation management team shall consist of KRCS MEA&L Unit representatives, KRCS program manager and Danish Red Cross Representative. They shall ensure that the deliverables agreed upon and approved in the inception report are achieved on time. KRCS MEA&L representative will be the chair of the team.
Role of KRCS (Project and M&E team)
Role of Danish Red Cross.
Application materials shall include:
Please also note that the people whose names appear in the team composition template MUST be the ones to undertake the evaluation. As such, they MUST be the ones to appear in person if the proposal moves to the interview stage.
The Technical Proposal MUST be prepared in conformance to the outline provided in Annex 1 while the financial proposal shall conform to the template provided in Annex 2. The team composition should conform to Annex 3.
Bidders should provide softcopy technical and financial proposal in two separate folders clearly marked “Technical Proposal – Name of Consultant” and “Financial Proposal – Name of Consultant”. The subject of your email should read “Tender No. PRF29115 Call for Consultancy for End Term Evaluation for Resilience Health and Rights Sustainable solutions and support to vulnerable displaced and host communities in Northern Kenya*”*
The proposal should be addressed as below to reach the undersigned (by mail) through [email protected]on 20th November 2025 at 1700HRS.
Chairperson, Tender Committee
Kenya Red Cross Society
P.O Box 40712 – 00100
Nairobi, Kenya.
The consultant shall only quote for the items below as KRCS will manage all other related costs (logistics and payment of enumerators)
Item
Unit
# of Units
Unit Cost
Total Cost (Ksh.)
Consultancy Fee (for the whole assessment period)
Per day
Consultancy logistics (cost of travel to and from the field, upkeep during data collection) Note that; movement during data collection in the field will be facilitated by KRCS
Lumpsum
Office expenses (Printing, photocopy, binding, communication costs etc.)
Lumpsum
Grand Total
Name of Team Member
Highest Level of
Qualification
General Years of Experience related to the task at hand
Roles under this assignment
A three-stage assessment procedure will be used to evaluate all proposals from bidders. The total number of points which each bidder may obtain for its proposal is:
The proposal shall ONLY be evaluated on the basis of its adherence to the following compulsory requirements, this applies to both local and international firms or individuals.
Document/ Requirements
Yes/No
Tax compliance certificate
Certificate of incorporation/registration (only applicable for firms)
Proceed to next stage (Yes/No)
The technical proposal shall be evaluated on the basis of its responsiveness to the TOR. Specifically, the following criteria shall apply:
Evaluation Criteria
Maximum Points
Bidder’s score
Remarks
10
20
10
5
5
TOTAL SCORE
50
Note: The firms/consultants that attains a score of 35 and above out of 50 in the technical evaluation will be invited to proceed to oral presentation.
At the oral phase, the following criteria shall apply:
Criteria
Maximum points
Bidder’s Score
Remarks
Understanding of the assignment.
5
Clear and scientific methodology: samplings, data collection, understanding indicators, respondents, tools, data analysis etc.
15
Presentation of previous similar assignment (Consultant will be required to show/present at least 2 previous completed assignment reports at the oral stage and at least two reference letters)
10
Preparedness and participation of teams. Attendance of team members listed in the bid and whose CVs are availed.
10
Total Score out of 40
40
Note: From this stage, the technical and oral assessment scores are combined. The firms/consultants that attains a combined score of 70% in the technical & oral presentations will be invited to proceed to the financial stage.
The Financial Proposal shall be prepared in accordance to Annex 2. The maximum number of points for the Financial Proposal shall be 10% (10 points). This maximum number of points will be allocated to the lowest Financial Proposal. All other Financial Proposals will receive points in inverse proportion according to the below formula:
Points for the Financial Proposal being evaluated =
(Maximum number of points for the financial proposal) x (Lowest price)
Price of proposal being evaluated
A total score obtained including Technical, Oral and Financial Proposals is calculated for each proposal. The bid obtaining the overall highest score shall be awarded to undertake the assignment – subject to budget allocated.
GENERAL INSTRUCTIONS
Please read carefully the method of tender submission and comply accordingly.
The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Organization will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
All correspondence related to the contract shall be made in English. Any clarification sought by the bidder in respect of the consultancy shall be addressed at least five (5) days before the deadline for submission of bids, in writing to the Administration Coordinator.
The queries and replies thereto shall then be circulated to all other prospective bidders (without divulging the name of the bidder raising the queries) in the form of an addendum, which shall be acknowledged in writing by the prospective bidders.
Enquiries for clarifications should be sent by e-mail to [email protected]
At any time prior to the deadline for submission of bids, KRCS, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment.
All prospective Bidders that have received the bidding documents will be notified of the amendment in writing, and it will be binding on them. It is therefore important that bidders give the correct details in the format given on page 1 at the time of collecting/receiving the bid document.
To allow prospective Bidders reasonable time to take any amendments into account in preparing their bids, KRCS may at its sole discretion extend the deadline for the submission of bids based on the nature of the amendments.
Bids should reach [email protected] on or before 20th November, 2025 at 1700HRS. Bids received after the above-specified date and time shall not be considered.
Bidders should provide softcopy technical and financial proposal in two separate folders clearly marked “Technical Proposal – Name of Consultant” and “Financial Proposal – Name of Consultant”. The subject of your email should read “Tender No. PRF29115 Call for Consultancy for End Term Evaluation for Resilience Health and Rights Sustainable solutions and support to vulnerable displaced and host communities in Northern Kenya”
The proposal should be addressed as indicated above to reach the under-signed by 20th November, 2025 at 1700HRS for the tender to be opened at 1200HRS on 21st November 2025:
Any bid received by KRCS after this deadline will be rejected.
The bidder shall, in their offer (Financial Proposal), detail the proposed costs as per the template provided above.
No price escalation under this contract shall be allowed. KRCS shall not compensate any bidder for costs incurred in the preparation and submission of this RFP or any subsequent pre-contract process.
The prices and rates in the financial offer will be deemed to include all taxes and any other incidental costs.
The responsiveness of the proposals to the requirements of this RFP will be determined. A responsive proposal is deemed to contain all documents or information specifically called for in this RFP document. A bid determined not responsive will be rejected and may not subsequently be made responsive by the Bidder by correction of the non-conforming item(s).
All bids in response to this RFP should be expressed in Kenya Shillings. Expressions in other currencies shall not be permitted.
Bids determined to be substantially responsive will be checked by KRCS for any arithmetical errors. Errors will be corrected by KRCS as below:
The price amount stated in the Bid will be adjusted by KRCS in accordance with the above procedure for the correction of errors.
Technical proposals will be evaluated prior to the evaluation of the financial bids. Financial bids of firms whose technical proposals are found to be non-qualifying in whatever respect may be returned unopened.
The Bidder shall treat the existence and contents of this RFP, and all information made available in relation to this RFP, as confidential and shall only use the same for the purpose for which it was provided.
The Bidder shall not publish or disclose the same or any particulars thereof to any third party without the written permission of KRCS, unless it is to Bidder’s Contractors for assistance in preparation of this Tender. In any case, the same confidentiality must be entered into between Bidder and his Contractors.
KRCS requires that tenderers observe the highest standard of ethics during the procurement process and execution of contracts. A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices.
KRCS will reject a proposal for award if it determines that the tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.
Further a tenderer who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating, please report any malpractices to [email protected]
The Technical Proposal MUST be prepared in conformance to the outline provided in Annex 1 while the financial proposal shall conform to the template provided in Annex 2. The team composition should conform to Annex 3.
Bidders should provide softcopy technical and financial proposal in two separate folders clearly marked “Technical Proposal – Name of Consultant” and “Financial Proposal – Name of Consultant”. The subject of your email should read “Tender No. PRF29115 Call for Consultancy for End Term Evaluation for Resilience Health and Rights Sustainable solutions and support to vulnerable displaced and host communities in Northern Kenya*”*
The proposal should be addressed as below to reach the undersigned (by mail) through [email protected]on 20th November 2025 at 1700HRS.
Chairperson, Tender Committee
Kenya Red Cross Society
P.O Box 40712 – 00100
Nairobi, Kenya.
Tagged as: Kenya, Kenya Red Cross Society
Mission for Essential Drugs and Supplies (MEDS) is a faith-based health solutions provider founded by an ecumenical partnership of the...
Apply For This JobJOB PURPOSE The MEAL Officer is responsible to ensure timely implementation of MEAL activities and to strengthen CFRM support across...
Apply For This JobGender Justice Lead Permanent, Full time. Location: Nairobi, Kenya Salary: £66,240.33 per year About us Christian Aid exists to create...
Apply For This JobChemonics seeks a Surveillance and M&E Advisor for the Global Health Supply Chain Program – Procurement and Supply Management (GHSC-PSM)...
Apply For This JobIslamic Relief Kenya Job Title: Security Officer Reporting To: Country Director Base Location: Wajir 50% and 50% Mandera Posted Date: 24th...
Apply For This JobJOB PURPOSE The Clinical Supervisor will be responsible for leading the development of an integrated Health team Approach with the...
Apply For This Job