Background

Following the Rohingya Crises, the Solid waste discarded by refugee and host community households, markets both inside and outside the camps, and resulting from the distribution of humanitarian support lacking proper management and disposal, which is likely to lead to outbreaks of waterborne diseases such as cholera, typhoid fever, diarrhoea and malaria. Environmentally, uncontrolled solid waste will also cause contamination to surface and groundwater sources. The situation is being deteriorating in the cyclone and monsoon season. UNDP with funding from the Swedish International Development Agency (SIDA) is implementing a project named as Sustainable Solid Waste Management. This project is a response to the Rohingya crisis in Bangladesh and the pressing SWM needs both in the host communities and refugee camps.

The UNDP SWM project is targeting the protection of women and children, the prevention of diseases, as well as the promotion of hygiene and proper sanitary standards. This project will be implemented: a) In the host communities within five unions in Ukhia and Teknaf, and b) In the camps where UNHCR implements its WASH activities, for three-year implementation phase.A part of developing a solid waste management system, it is planned to construct a new infrastructure facility covering a sanitary landfill and a material recovery facility. The envisaged infrastructure will address the waste disposal needs of approximately 1.5 million people (both from the Host Community and Rohingya refugees) for at least 5 years. Moreover, the project envisages the development of an Integrated Solid Waste Management (ISWM) Master plan for the targeted area in Teknaf and Ukhia Upazilas. In this regard, UNDP is looking for a consultant who will work on the first steps of this process by conducting a consultative process to agree on the medium and long-term responsibilities of the key players and identify technical, legal and financial existing institutional gaps. Particularly, this assignment aims at developing a road map to engage the local government and build their capacity, so that in future they can take over of the ISWM systems established and facilities constructed in the targeted area.

The overall objective of the consultancy is to conduct an assessment to identify the key stakeholders, roles and responsibilities, existing resources, and main technical, legal and financial gaps necessary to develop an ISWM Master plan of the targeted area. The specific objectives are described hereunder:

  • Identify the main requirements to develop and implement an ISWM Master plan in the project targeted area of Teknaf and Ukhia Upazilas. This will imply to understand the existing ISWM systems in the host communities and refugee camps.
  • Identify the SWM key players and technical, legal, resource and financial needs to develop and implement an ISWM Master plan in the project targeted area of Teknaf and Ukhia Upazilas.
  • Develop a road map to meet the technical, financial, resources and legal needs to develop and implement an ISWM Master plan in the project targeted area of Teknaf and Ukhia Upazilas. In particular, to propose possible and potential recommendations for local government engagement and capacity building.
  • Raise awareness of the environmental, health and financial advantages of developing a strong ISWM system in the targeted area and the engagement of the local government and coordination with other key players.

Duties and Responsibilities

Scope of work for expected outputs/ deliverables: The required consultancy service shall include the following tasks but not limited to:

Task 1. Review of National/International Literature regarding ISWM Master plan:

Conduct a desk review to conceptualize and identify the overall requirements to develop and implement an ISWM Master plan in the project targeted area of Teknaf and Ukhia Upazilas (technical, resource, legal and financial). This includes the desk review and field visits to be familiarized with the incipient ISWM systems developed in the host communities by UNDP and existing system in the refugee camps.

Task 2. Conduct a gap analysis to develop an ISWM Master plan:

Initiate a consultative process to map and agree on the roles and responsibilities of the key players that will be in charge of the SWM systems in the targeted area, as well as, to identify the  technical, resource, legal and financial needs at different local government level to develop and implement the ISWM Master plan in the project targeted area of Teknaf and Ukhia Upazilas. To ensure quality and efficiency of the consultative process results, the consultant will make sure that proper information about ISWM concept and the ISWM model in place established by UNDP and the existing system in the camps is shared, understood, and agreed.

Task 3. Road map for an ISWM Master plan development:

Develop a road map (strategy) to engage, build capacity and ensure institutional governance and resource/financial capacity to develop and implement an ISWM Master plan in the targeted area. This strategy includes specific recommendations to engage and build capacity of the local government as well as, meet financial and resources needs to develop and implement an ISWM Master plan in the project targeted area of Teknaf and Ukhia Upazilas.

Task 4. Ensure local government engagement and capacity building:

With the support of the UNDP SWM team, the consultant will conclude the assignment sharing the main results of the Road map with the local government and other key players on the SWM sector for the consolidation and approval of the document.

Deliverables:

1. ISWM Master plan conceptual report for the project targeted area of Teknaf and Ukhia Upazilas, based on the desk review and field visits to the UNDP project locations and refugee camps.

2. Gap Analysis Report for developing an ISWM Master plan. This will include detail on the participatory approach and methods (Focus group discussions, Key depth interview, etc.) applied with different Upazila and Union government officials and other key players of SWM sector.

3. Road map report for developing an ISWM Master plan. This includes specific capacity building program and local government engagement plan.

4. Conduct a workshop to share and review the Road map. Prepare the report including the main feedback of the key stakeholders.

The Consultant will prepare and submit the above-mentioned documents during the assignment period. All the logistic support for the consultative meetings and final workshop will be supported by the UNDP Cox’s Bazar Crisis response Office, including printing materials and refreshments.

Competencies

Supervision and Performance Evaluation:

The consultant will report to the UNDP Cox’s Bazar Programme Coordinator. He will also closely coordinate with Solid waste Management Specialist and the Project Management and Livelihoods Specialist.

Duration of the Work and Duty Station

The proposed time plan to complete the assignment is estimated to be 40 working days over a period of 2.5 months, expected to start from 1 March 2020 till 15 May 2020. The main duty station is in Cox’s Bazar (UNDP CXB Sub-Office). The assignment requires travel to Ukhia, Teknaf Upazilas and Teknaf Municipality for conducting field visits and data collection, which will be facilitated by UNDP vehicle. The potential consultant will need to participate in sharing and progress meetings with UNDP CXB Sub-Office. The Consultant will use his/her own personal laptop. UNDP will provide a ID Card & office space.

 

Required Skills and Experience

Academic Qualification

  • Minimum of Bachelor’s degree (4 years degree) in any of the following disciplines Economy, Environmental science, Architecture, Civil Engineer, or related field.

Experience:

  • Minimum 5 years’ experience in waste management, with expertise on environmentally sustainable and disaster-risk resilient standards, the relevant field of emergency livelihoods in case of displacement settings and approaches for waste management in emergency/crisis response, protection and recovery.
  • Previous work experience with the Local Government on waste and institutional environment.
  • Strong communication skills and ability to engage with different types and levels of government and non-governmental stakeholders;
  • Previous experience with UN/Other International agencies is preferred and good knowledge of UNDP rules and procedures is desirable;

Language:

  • Fluency in Bangla and English (spoken and written).

Daily Professional Fee

The financial proposal shall specify a total Daily Professional Fee, and payment terms around specific and measurable (qualitative and quantitative) deliverables (i.e. whether payments fall in installments or upon completion of the entire contract). Payments are based upon output, i.e. upon delivery of the services specified in the TOR. In order to assist the requesting unit in the comparison of financial proposals, the financial proposal will include a breakdown of this daily professional fee (including travel, per diems, and number of anticipated working days).

 

Deliverables

Tentative time line

Payment

1. Methodology approach and work plan of the assignment.

By first week of the assignment

20% of the total contract value

2. ISWM Master plan conceptual report and conduct a gap analysis through a consultative process.

By 30th March of 2020

40 % of total contract value

3. Road map report for developing an ISWM Master plan. This includes specific capacity building plan and local government engagement recommendations.

4. Road map workshop report.

By 15th May of 2020

40 % of total contract value

 EVALUATION

Individual Consultant will be evaluated based on the following methodologies:

Cumulative analysis

When using this weighted scoring method, the award of the contract should be made to the individual Consultant whose offer has been evaluated and determined as:

  1. responsive/compliant/acceptable, and
  2. Having received the highest score out of a pre-determined set of weighted technical and financial criteria specific to the solicitation.

* Technical Criteria weight; 70%

* Financial Criteria weight; 30%

Only candidates obtaining a minimum of 70% point (i.e. 49 points out of 70 points) in technical criteria would be considered for the Financial Evaluation.

Criteria

Weight

Max. Points

Technical

 

 

 

 

 

 

70%

 

 

 

 

 

 

 

 

 

 

1. Educational Background of the consultant

15

  1. Minimum Bachelor’s degree (4 years degree) in any of the following disciplines Economy, Environmental science, Architecture, Civil Engineer, or related field.

15

  1. Expertise of the Consultant

30

2.1:- Number of years’ experience in waste management, with expertise on environmentally sustainable and disaster-risk resilient standards, the relevant field of emergency livelihoods in case of displacement settings and approaches for waste management in emergency/crisis response, protection and recovery. [Need to be submitted the evidence of assignment]

15

2.2: Experience on working with UN organization Other International agencies and good knowledge of UNDP rules and procedures is desirable. [Need to be submitted the evidence of minimum two assignments)

10

2.3: Previous work implemented in Cox’s Bazar, Teknaf and Ukhiya and with the Local government on waste and institutional environment. [Need to be submitted the reference/tittle or evidence of assignment]

5

3. Methodology proposed in the technical proposal

25

3.1- Relevance and appropriateness of methodology and approaches in responding the ToR- based on the assignment methodology  to be submitted

15

3.2- Overall understanding of the proposed assignment in terms of work plan and timeline relevant to the assignment as per the Terms of Reference – based on the assignment proposal to be submitted

10

4.  Financial proposal

30%

30

The consultant will submit all deliverables (reports, database etc.) in softcopy via googledrive/sharepoint to Project Manager and with maintaining full confidentiality.

Financial Evaluation: (Total obtainable score – 30)

All technically qualified proposals will be scored out 30 based on the formula provided below. The maximum points (30) will be assigned to the lowest financial proposal. All other proposals receive points according to the following formula:

p = y (µ/z)                                                                            

Where:

p = points for the financial proposal being evaluated
y = maximum number of points for the financial proposal
µ = price of the lowest priced proposal
z = price of the proposal being evaluated

Recommended Presentation Offer 

Interested individuals must submit the following documents/information to demonstrate their qualifications.

  1. Duly accomplished Letter of Confirmation of Interest and Availability using the template provided by UNDP;
  2. Personal CV or P11, indicating all past experience from similar projects, as well as the contact details (email and telephone number) of the Candidate and at least three (3) professional references;
  3. Brief description of why the individual considers him/herself as the most suitable for the assignment and a methodology on how she/ he will approach and complete the assignment.
  4. Financial Proposal that indicates the all-inclusive fixed total contract price, supported by a breakdown of costs, as per template provided
  5. 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 this  at this point and ensure that all such costs are duly incorporated in the financial proposal submitted to UNDP.

Please combine all your documents into one (1) single PDF document as the system only allows to upload maximum one document.

 Note: The individual consultant who does not submit the above documents/requirement shall not be considered for further evaluation.

Annexes

Template-Confirmation of Interest and Availability with Financial Offer
Personal History Foirm or P11 for the IC Hiring
General Terms and Conditions of Hiring an IC