Background

In 2008, the World Bank, the European Union and UNDG signed a Joint declaration for collaboration in Crisis and Post Crisis settings. The tripartite partners committed to mobilize member institutions and resources to enhance coordination on recovery and harmonize post crisis needs assessment, in the post disaster and post conflict situations, and recovery frameworks, RFs, to better support governments and affected populations. To this end, the partners developed methodologies for conducting post disaster needs assessment, PDNAs, recovery and peace building assessments, RPBAs, and Recovery Frameworks, RFs.

The application of these tools in over 80 crisis situations, 60 of them related to disasters triggered by natural hazards, has led to an important and growing body of practice that contributes significantly to the recovery efforts. It has also allowed UNDP to identify the following key issues in post disaster recovery:

•             Disaster recovery is efficient if institutions, policies and financial mechanism for recovery are set up prior to the disaster.

•             Disaster recovery is better planned if informed by strong data.

•             Disaster recovery must balance social needs with demands for reconstruction of infrastructure.

•             Disaster recovery is a collective effort.

•             Disaster recovery must be participatory and inclusive

•             Recovery needs should be undertaken based on the analysis of the impacts and include DRR and BBB.

•             Disaster recovery an opportunity for DRR and BBB.

•             Financing for recovery must be sustained.

•             Monitoring and maintaining transparency and accountability are important elements for management of recovery.

•             The private sector is important and can bring innovation.

The “Strengthening Capacities for Post Disaster Needs Assessment and Recovery Preparedness” or PDNA Rollout II Project is currently being implemented by UNDP in alliance with the EU and World Bank. Main objective of this initiative is to contribute to building resilience of countries by enhancing national and regional capabilities to assess plan, implement and monitor post disaster recovery processes. Result No. 4 of the project envisages that post disaster recovery processes are informed by international best practices and standard tools and guidelines.

In this context, the project aims at identifying good recovery practices that could help address some of the issues identified, and put together a Compendium of Good Practices, drawing from the experience of at least five countries in the Region.

Duties and Responsibilities

Objective

The Compendium of Good Practice for Post Disaster Recovery expects to help understand the complexities of planning and implementing concrete post disaster recovery interventions while offering a number of solutions that can be replicated in similar environments at the national or local levels.

The Compendium of Good Practice is expected to: 1) outline the procedure to identify, validate, and document successful programs, projects, processes or activities that have proven to be effective for post disaster recovery, 2) promote the use of these practices in similar environments by raising the interest of local stakeholders and officials, and 3) consolidate the selected practices in an accessible data base for the benefit of those interested in recovery implementation through different means including through e-options.

The proposed methodology to identify and collect these good practices requires a consultant to closely work with the Project Focal Point at the Regional Center, to consolidate and prepare the write up of at least 5 good practices from selected countries.  Please see attached Concept Note for details.

 

Scope of Work

Under the direct supervision of the Regional Focal Point for DRR and Recovery, the Consultant will undertake the following:

  1. In close coordination with the Regional Focal point for DRR and Recovery, the Consultant will engage in the consultation process with the Country Offices in each region to identify and select the good practices that will be systematized in the Compendium.
  2. Once the good practices have been identified and selected, the consultant will define a process to collect and collate relevant information on the selected practice which will be used in the write up (at least 5 practices per region).
  3. The consultant will conduct a thorough analysis of the practice to identify key characteristics that can guide others to adopt or adapt the practice, issues of sustainability, stakeholder engagement, cost among others, please refer to the attached Post Disaster Recovery Good Practice.
  4. The consultant will work with the selected country offices to make sure that there is enough graphic information, for example pictures, videos and other similar materials to enhance the publication of the compendium.
  5. The consultant is expected to closely work with the Regional Focal point and the Recovery Team at HQ level in the formulation of the final version of the selected practices for the Global Compendium.

Expected Outputs and Deliverables

  • Work-plan and timeline for this consultancy service is prepared and developed. (approx. 3 days), (deliverable 1);
  • The consultant is expected to deliver a full write up of at least 5 good practices using the standard outline and other specifications detailed in the attached Good Practice Concept Note. (approx. 22 days), (deliverable 2);
  • Based on this experience of collecting good post disaster recovery practices in the region, the consultant will also formulate a set of recommendations that would help both, the regional centers and HQ, to continue to undertake similar processes in the future. (approx. 5 days), (deliverable 2).

Institutional Arrangement

S/he will work with the regional focal point assigned for this particular activity and with the appointed person of the recovery team based at HQ.  The Recovery Advisor of the Disaster Risk Reduction and Recovery Team of the Crisis Bureau at UNDP will provide overall oversight and advise.

Duration of the Work

10 December 2019- 31 March 2020 (Up to 30 working days)

Duty Station

Home based with no travel.

 

Competencies

Corporate Competencies

  • Excellent communications and networking skills;
  • Ability to work effectively as part of a team;
  • Strong interpersonal and negotiating skills;
  • Ability to work in a multicultural environment; and
  • Good understanding of post disaster recovery and the role of Governments and international organizations in supporting post disaster recovery.

Functional Competencies

  • Communicates effectively in writing to a varied and broad audience in a simple and concise manner;
  • Has demonstrable knowledge of Post Disaster needs assessments concepts and practice.

Required Skills and Experience

Educational Qualifications

  • Master’s degree in management, disaster risk reduction, climate change, journalism, public administration or other related fields.

Experience

  • At least 5 years of professional experience on post-disaster issues, concept and practice
  • At least 2 years’ experience in conducting program evaluations of multi stakeholder run programs.
  • Strong experience in leading and coordinating discussions and consultations with a range of stakeholders, both national governments, multi-lateral and bilateral agencies.
  • Previous work experience with UN agencies, European Union, World Bank, or International Organizations and familiarity with processes of tripartite partners.

Language requirements

  • English is the working language for this assignment; therefore, excellent oral and written communications and presentation skills in English are required

Price Proposal and Schedule of Payments

The contract will be based on Daily Fee

Consultant must send a financial proposal based on a Lump Sum Amount. The total amount quoted shall be all-inclusive and include all costs components required to perform the deliverables identified in the TOR, including professional fee, travel costs, living allowance (if any work is to be done outside the IC´s duty station) and any other applicable cost to be incurred by the IC in completing the assignment. The contract price will be fixed output-based price regardless of extension of the herein specified duration. Payments will be done upon completion of the deliverables/outputs and as per below percentages:

The payment will be made in two milestones upon the completion of the following:

•             Deliverable 1: Submission of work-plan and timeline (20%)

•             Deliverable 2: Submission of final deliverables including at least 5 good practices in recovery and a set of recommendations (80%)

In general, UNDP shall not accept travel costs exceeding those of an economy class ticket. Should the IC wish to travel on a higher class he/she should do so using their own resources

In the event of unforeseeable travel not anticipated in this TOR, payment of travel costs including tickets, lodging and terminal expenses should be agreed upon, between the respective business unit and the Individual Consultant, prior to travel and will be reimbursed.

Travel costs shall be reimbursed at actual but not exceeding the quotation from UNDP approved travel agent.  

Evaluation Method and Criteria

Individual consultants will be evaluated based on the following methodology;

Cumulative analysis

The award of the contract shall be made to the individual consultant whose offer has been evaluated and determined as a) responsive/compliant/acceptable; and b) having received the highest score out of set of weighted technical criteria (70%) *and financial criteria (30%). Financial score shall be computed as a ratio of the proposal being evaluated and the lowest priced qualified proposal received by UNDP for the assignment.

  • Only those applications which are responsive and compliant will be evaluated;

Technical Criteria for Evaluation (Maximum 70 points)

  • Criteria 1: Relevance of education - Max 10 points;
  • Criteria 2: Number of years of professional experience on post-disaster issues - Max 20 points
  • Criteria 3: Number of years of experience in conducting program evaluations of multi stakeholder run programs - Max 20 points;
  • Criteria 4: Proven ability in leading and coordinating discussions and consultations with multi stakeholders - Max 10 points;
  • Criteria 5: Previous work experience with UN agencies, International Organizations, multi-lateral and bilateral agencies – Max 10 points;

Only candidates obtaining a minimum of 49 points (70% of technical evaluation) would be considered for Financial Evaluation.

Documentation required

Interested individual consultants must submit the following documents/information to demonstrate their qualifications. Please group them into one (1) single PDF document as the application only allows to upload maximum one document:

  • Letter of Confirmation of Interest and Availability using the template provided in Annex II.
  • Personal CV indicating all past experience from similar projects, as well as the contact details (email and telephone number) of the Candidate and at least three (3) professional references.
  • Brief description of why the individual considers him/herself as the most suitable for the assignment, including links to similar strategies, reports or products produced.
  • Financial proposal, as per template provided in Annex II. Note: National consultant must quote price in U.S. Dollar that indicates the all-inclusive fixed total contract price, supported by a breakdown of costs, as per template provided. If an Offeror is employed by an organization/company/institution, and he/she expects his/her employer to charge a management fee in the process of releasing him/her to UNDP under Reimbursable Loan Agreement (RLA), the Offeror must indicate at this point, and ensure that all such costs are duly incorporated in the financial proposal submitted to UNDP.

Incomplete proposals may not be considered. The shortlisted candidates may be contacted and the successful candidate will be notified.

To download related documents and templates, please click the link below:

http://procurement-notices.undp.org/view_notice.cfm?notice_id=61292