Latest Jobs in Kenya 2023- Job Vacancies in Kenya - EjobsinKenya

View latest jobs in Kenya 2023. Today Recent job vacancies, banking, graduate, oil and gas jobs in Kenya, Aviation Jobs and careers. E- Jobs in Kenya is No 1 Latest Jobs in Kenya website for Job vacancies in Kenya. Get Jobs in Kenya 2023 Today.

Jul 29, 2023

DOCUMENTATION OF COMPENDIUM OF CASES, SUCCESS STORIES AND INNOVATIONS ON REDUCING HUMAN RIGHTS RELATED BARRIERS TO HIV/TB SERVICES


Country: Kenya

Organization: Kenya Red Cross Society

Closing date: 16 Aug 2023

1. Summary of the Assignment.



  1. Purpose: The purpose of the consultancy is to document compendium of cases, success stories and innovations on reducing human rights related barriers to HIV/TB services focussing on adolescents and young people (AYPs), Key Populations (KPs) and People living with HIV and affected by HIV TB /DRTB in 24 counties.


  2. Partners: Global funds, Kenya Red Cross Society (KRCS), National AIDs and STI Control Program (NASCOP), National Syndemic Disease and Control Council (NSDCC), County Governments, AMREF Health Africa in Kenya, HIV and AIDs tribunal community, KELIN and other relevant stakeholders.


  3. Duration: 25 Working Days


  4. Estimated Dates: 18th September 2023 to 20th October 2023


  5. Geographical Location: The documentation will be conducted in 24 counties targeting different populations under the Global funds HIV grant as follows; Adolescents and young people: - Kilifi, Kisii, Machakos, Siaya, Turkana and Kajiado. People living with HIV and affected by HIV TB/DRTB: - Samburu, Migori, Vihiga, Trans zioa, Kiambu, Taita Taveta, Homa Bay, Elgeyo Marakwet, Garissa and Tana River: - Key populations: - Mombasa, Kisumu, Kwale, Nyeri, Nakuru, Nairobi, Uasin Gishu and West Pokot. The documentation will also target Persons with disability (PWDs) drawn from organizations of persons with disabilities (ODPs) trained on legal literacy.


  6. Target Population: STOP GBV champions, Community paralegals, Violence prevention response (VPR) teams ,Persons with disability champions (PWDs),Organizations of people with disability (ODPs) Duty bearers (law enforcers , law makers , health care workers, GBV County/sub county focal persons etc ) ,Pro bono lawyers, Community gate keepers/figure heads, Sub recipients (SRs) and the beneficiaries; Key populations, People Living with HIV and affected by HIV TB/DRTB and Adolescents and Young people.


  7. Deliverables: Inception report, data collection tools, and Final documentation of compendium of cases, success stories and innovations.


  8. Methodology: It is expected that the proposed methodology will be effective in responding to the specific objectives as well as friendly to the specific population under the program.


  9. Evaluation Management Team (EMT): The EMT appointed by the procuring entity shall evaluate the proposals based on their responsiveness to TOR.

2. Description of the project


Kenya Red Cross Society (KRCS) is the non-state Principal Recipient (PR) for the Global Fund HIV Grant, running from July 2021 to June 2024 (NFM3). The goal of the grant is to contribute to the attainment of universal health coverage through comprehensive HIV prevention, treatment and care for all people in Kenya with the objectives to reduce: new HIV infections by 75%, AIDs related mortality by 50% as well as HIV related stigma and discrimination to less than 25%.Human rights and gender-related barriers to health have long blocked national responses to HIV, TB and malaria, including stigma and discrimination; gender inequality and violence; punitive practices, policies, and laws; and social and economic inequality. These barriers are pervasive and interfere across the prevention and treatment continuum, keeping key and vulnerable populations away from primary healthcare services, including HIV, TB, and malaria services. Access to justice for human rights violations remains a challenge, particularly for key and vulnerable populations. This is largely due to low awareness on legal rights, inefficiencies within law enforcement institutions and underutilization of available avenues for dispute resolution.


The success of HIV prevention efforts is dependent on protecting and promoting the rights of those who are socially excluded, silenced, and vulnerable to recognize rights violations, assert and defend their rights through individual and collective action. Access to justice is a fundamental right, as well as a prerequisite for the protection of all other human rights. Community paralegals and STOP GBV champions are critical resource in enhancing the capacity of key populations, adolescents and young people and people living with HIV (PLHIV) on matters of legal and human rights. The paralegals facilitate legal redress in the community through identification of human rights violations and link the survivors to legal support services. The paralegals are therefore able to support the beneficiaries in addressing the violations, enhance access to justice and referrals at the community level. Human rights are central to effective responses to HIV and TB and are inseparably linked with the spread and impact of HIV on individuals and communities. The spread of HIV and TB and its impact are exacerbated in situations where human rights are not respected, protected, and promoted, coupled together with non-supportive policies and laws, these leads to the outcomes of stigma and violence towards the persons living with HIV (PLHIV and affected by HIV TB/DRTB. Hence, creating an environment that is not conducive to provide HIV prevention, treatment, and Care services for the PLHIV and TB and minimal uptake and utilization of services by the community. With this, the prevalence therefore will rise, and the communities will be strained and economies.


KRCS has trained and engaged 600 paralegals, 224 STOP GBV champions, 160 PWDs champions and engaged violence prevention and response (VPR) teams to prevent and respond to survivors of violence through the sub recipients. KRCS has also reached 44,115 with know your rights campaigns ,2720 with legal aids clinics and 1568 duty bearer during the period July to June 2022. The paralegals provide a crucial link to justice services and legal redress in the community, provide dispute resolution mechanisms and legal support that is accessible and informed by a deep understanding of the social issues and everyday challenges facing adolescents and young people (AYPs), People living with HIV (PLHIVs) and affected by HIV TB DRTB and Key populations (KPs), They inform the beneficiaries on their legal rights and help them solve legal problems through offering legal advice and referrals. They provide an avenue for alternative dispute resolutions and liaising with pro bono lawyers and other legal aids organizations as well as screen, capture, and reports on human rights violations. The STOP GBV champions on the other hand offers counselling to GBV survivors, escorting clients to police and health centres, conducting community sensitization thereby influencing change in the social norm. The know your rights (KYR) campaigns have been forums where the beneficiaries are sensitized about their rights and how to claim their rights when violated. The KYR forums also provide opportunities for screening, capturing, and reporting of human rights violations. In addition, the legal aids clinics are targeted and bring together beneficiaries whose cases the paralegals and STOP GBV champions are not able to handle to be supported and addressed by the pro bono lawyers.


The advocacy forums for duty bearers and right holders (KPs, AYPs PLHIVs and affected by HIV TB DRTB) are forums for dialogues to discuss HIV, TB, and human rights violations as a barrier to access service and advocate for enabling environment to ensure access to services at the county level.


KRCS is therefore seeking to recruit a qualified consultant is to document compendium of cases, success stories and innovations on reducing human rights related barriers to HIV/TB services focussing on adolescents and young people (AYPs), Key Populations (KPs) Persons with disabilities (PWDs)and People living with HIV and affected by HIV TB /DRTB in 24 counties.


3. The Purpose, Scope & Deliverables of the assignment


The purpose of the assignment is to document compendium of cases success stories and innovations to establish the success of implementation of the module on reducing human rights related barriers to HIV/TB services focussing on adolescents and young people (AYPs), Key Populations (KPs), Persons with Disability (PWDs) and People living with HIV and affected by HIV TB /DRTB in 24 counties.


1. Broad objective


The objective of the assignment is to document compendium of cases, success stories and innovations on reducing human rights related barriers to HIV/TB services to enhance knowledge sharing for best practices, lessons learnt and innovative ideas worthy of replication and scale up.


2. Specific Objectives


The specific objectives for the assignment will include:


  1. To identify successful cases (formal and informal) that have been addressed and supported by the Paralegals, STOP GBV champions, Violence Prevention Response (VPR) teams, Persons with disability (PWDs) Champions focussing on Persons with disability, Adolescents and Young people (AYPs), People living with HIV (PLHIV) and affected HIV TB/DRTB and Key populations (KPs).

  2. To demonstrate success stories from the beneficiaries (AYPs, KPs, PWDs, PLHIVs and affected by HIV TB DRTB) on reducing human rights related barriers to HIV/TB services.

  3. To highlight lessons learnt, best practices and innovations from reducing human rights related barriers to HIV/TB services on key components including advocacy, know your rights campaigns and legal aids clinics. Focussing on PWDs, AYPs, KPs and PLHIVs and affected by HIV TB DRTB.

  4. To provide Key recommendations to inform future programming in implementation of reducing human rights related barriers to HIV/TB services focussing on Persons with disability, Adolescents and Young people (AYPs), People living with HIV (PLHIV) and affected HIV TB/DRTB and Key populations (KPs).

​​​​​​​3. Scope of work



  1. Geographical Coverage: Geographical Location: Geographical Location: The documentation will be conducted in 24 counties targeting different populations under the Global funds HIV grant as follows; Adolescents and young people: - Kilifi, Kisii, Machakos, Siaya, Turkana and Kajiado. People living with HIV and affected by HIV TB/DRTB: - Samburu, Migori, Vihiga, Trans zioa, Kiambu, Taita Taveta, Homa Bay, Elgeyo Marakwet, Garissa and Tana River: - Key populations: - Mombasa, Kisumu, Kwale, Nyeri, Nakuru, Nairobi, Uasin Gishu and West Pokot.


  2. Target Population: STOP GBV champions, Community paralegals, Violence prevention response (VPR) teams, Persons with disability champions (PWDs), Organizations of people with disability (ODPs) duty bearers (law enforcers, law makers, health care workers, GBV County/sub county focal persons etc.), Pro bono lawyers, Community gate keepers/leaders. Sub recipients (SRs) and the beneficiaries; Key populations, People Living with HIV and affected by HIV TB/DRTB, Adolescents and Young people and persons with disability (PWDs)


  3. Expected Outputs:
    1. An inception report of the desk review prior to fieldwork to demonstrate a clear understanding of the assignment, proposed methodology, data collection tools and a plan of activities throughout the documentation.

    2. Submission of the final compendium of cases, success stories and innovations in soft copy, print and recorded material such as video, audio etc.


​​​​​​​4. Deliverables:


  1. The documentation will be phased with deliverables at intervals that will be discussed and agreed with the consultant. The key deliverables are as follows:
    1. The consultant will complete and submit an Inception report (including data collection tools and the proposed methodology) which should be submitted in soft copy.

    2. A soft copy draft Compendium of cases, success stories, innovations lessons learnt, best practices and recommendations, recorded material such as video, audio etc.in light of comments/suggestions of KRCS, during the validation session.

    3. Conduct validation meeting to verify and refine findings in draft documentation.

    4. Final documentation in soft, print, and recorded material such as video and audio– At least 10 hard copies (Printing to be done on 170gms glossy paper and full colour and cover with perfect book bound 300g, A4 size) and soft copy compendium of cases and success stories in a Flash Disk, including the PowerPoint presentation used during validation.


5. Methodology Approaches


KRCS highly recommends that the consultant considers effective approaches, questions and designs that specifically respond to each of the objectives and scope of this assignment. However, additional, and effective approaches may be recommended by KRCS to meet other requirements as well as population driven. The applicant is required to recommend verifiable sampling size and techniques in their technical proposal. The data collection tools, and the methodology must be comprehensively explained in the technical document.


4. Quality & Ethical Standards


The applicant is required to outline quality and ethical standards in their technical proposal and ensure that the assignment is designed and conducted in respect and to protect the rights and interests of the PLHIVs and affected by HIV TB/DRTB, Persons with disability KPs and AYPs. The documentation will be expected to be technically accurate and reliable; conducted in a transparent and impartial manner.


5. Qualifications and Experience for the Firm/Consultant


For the purposes of this assessment, the lead consultant is expected to have:


  1. A Masters’ degree in Communications/Public Relations/Media Studies/Journalism/Social Sciences/Program Management/Human Rights and Gender or their equivalent from a recognised University.

  2. Proven experience (7) years working in relevant field, preferably in the healthcare, legal or non-Governmental organizations (NGO).

  3. Experience in documentaries, documentation of success stories for health and legal related publications.

  4. Excellent communication skills, photography, and videography skills.

  5. Strong written and verbal communication skills, with the ability to tailor messages for different audiences and platforms

  6. Excellent interpersonal skills with the ability to build and maintain relationships with diverse stakeholders.

  7. Familiarity with health and human rights violation issues affecting PLHIVs TB&DRTB, KPs and AYPs in the country.

  8. Excellent writing, proofreading, editorial and writing skills with the ability to improve written content and paying attention to detail.

  9. Ready to carry out the assignment and deliver results within the specified period/time.

6. Management of the documentation



  1. Duration: The entire assignment will take a maximum of 25 working days and should be completed within 2 months of signing the Agreement.


  2. Evaluation Management Team: The EMT appointed by the procuring entity shall evaluate the proposals based on their responsiveness to TOR.
    1. Development and finalization of the assignment Terms of Reference (ToR).

    2. Procure the consulting firm and provide the necessary linkage during the process.

    3. Provide consulting team with the relevant documents as required.

    4. Plan for the dissemination with KRCS team.

    5. Review and approve the assignment documents and the final compendium of cases report including videos and audios.

    6. Make fund available to the consultant as per the contract document.



  3. Role of the Consultant: The consultant will consult with KRCS in undertaking the following:

    1. Respond to the TOR highlighting the understanding of the subject areas, assignment/tasks, propose a detailed methodology, work plan and budget.




    2. Undertake the desk review and develop literature review.




    3. Develop inception report and data collection tools.




    4. Oversee the whole process of the assignment.




    5. Develop documentation dissemination plans as well as facilitate actual dissemination.




    6. Share all the data sets with KRCS. -final compendium of cases and success stories in soft and print copies, audial and video forms.




    7. Develop and submit the final documentation report. ANNEX 1: TECHNICAL PROPOSAL FORMAT



      1. Introduction: Brief description of the firm submitting the proposal. .


      2. Background: Demonstrated understanding of the subject/intervention areas, both national and internal context, evaluation objectives and requirements for the assignments/tasks. .


      3. Proposed methodology – Description of the proposed design for this assignment y, indicating methodology for each objective and highlight any areas where adjustment may be recommended. The section should also demonstrate the proposed sample size, study respondents for each objective and sampling procedures. .



    8. Firms experience: This should capture experience of the firm in undertaking assignments of similar nature in a table format (Name of organization, name of assignment, duration of assignment (Dates), reference person contacts). .




    9. Proposed team composition in a table format as shown below. <Max 11/2 pages**>**.




    10. Name of Team Member


      Highest Level of Qualification


      General Years of Experience related to the task at hand


      Number of days to be engaged


      Roles under this assignment




    11. Work plan (Gantt chart of activities and days of implementation for the period) – .




    12. ANNEX 2: BUDGET TEMPLATE


      The firm/consultant shall quote and summarise the detailed cost of study exercise as shown on the table below. In addition, the applicant must provide a detail working for the cost of field activities.


      A. Consultancy Cost


      Items Description


      Unit


      # of Units


      Unit Cost (Ksh.)


      Total Cost (Ksh.)


      Justification of Unit cost


      Consultancy Fee (for the whole Compendium of cases period)


      Per day


      Office expenses (Printing, graphic design, photocopy, binding, communication costs etc.)


      Lump Sum


      Sub. Total


      B. Detailed Cost of Field Activities


      Grand Total


      NOTE: It is recommended that this be done in excel sheet and the detailed budget submitted in electronic form


      ANNEX 3: TENDER EVALUATION CRITERIA


      A three-stage evaluation procedure will be used to evaluate all proposals from bidders that meet the administrative compliance. The total number of points which each bidder may obtain for its proposal is:




      1. Eligibility compliance Pass

      2. Technical Proposal 60 marks

      3. Oral presentation 30 marks

      4. Financial Proposal 10 marks



7. Eligibility Criteria


  1. Applicants will have to be a legal entity registered in Kenya with the right to enter a contractual agreement with KRCS. The applicant must have no history of legal proceedings related to fraud or corruption. The applicant must be a qualified entity (firm/company) with:



      1. Valid Registration,

      2. PIN certificate,

      3. Valid Tax compliance,




  2. Note: Only applications meeting all the above eligibility requirement will move to the tender evaluation.

​​​​​​​8. Evaluation of the Technical Proposal



  1. The technical proposal shall be evaluated based on its responsiveness to the Terms of Reference. Specifically, the following criteria shall apply:


    Thematic Areas


    Evaluation Criteria


    Maximum Points


    Bidder’s score


    Remarks


    (1) Introduction: A description of the firm/consultant and its qualifications, demonstrating number of years the firm has been in existence doing similar work. (5 Marks)


    Compliance: a) Adherence to proposal format (Introduction - 2 pgs, Background - 3 pgs, Methodology - 6 pgs, Experience - 2 pgs, Team - 11/2 pg, work plan - 1 page).

    b) Statutory - Tax compliance certificate, Pin certificate, Certificate of registration/incorporation (for firms


    2


    Project: Clear description of consultant/firm's and its qualification; Has the firm been in operation for at least 7 years


    3


    (2) Background: Understanding of the assignment regarding health and human rights violations for KPs, AYPs and PLHIV TB/DRTB and mechanisms in place to enhance access to services. (10 marks)


    Demonstrated understanding and context of Human rights violations of each of the following: KPs, PWDs, AYPs and PLHIVs TB/DRTB as a barrier to access HIV and TB services


    5


    Requirements for Services: The understanding of the firm /consultant on the proposed assignment (scope, proposed objectives, and deliverables)?


    5


    Proposed Methodology: Clear understanding of how to conduct the assignment, MUST provide an indication of its effectiveness and added value in the proposed assignment; specific to each objective; and as per Annex 1-15 Marks


    Detailed description of a design for the proposed assignment


    5


    Clear illustration on how each objective will be achieved and measured? Any recommendations for adjustment? What will be the target respondents for each objective


    5


    An illustration of sample calculation methods (for different objectives and the Sampling procedures,


    5


    Firms Experience in undertaking assignments of similar nature and as provided in Annex 1 and section 6 of the ToR**. (15 Marks)**


    Has the firm conducted an assignment similar to the proposed work? What is the experience of the firm on the proposed geographical areas?


    Submission in soft copy of a documentation of cases and success stories related to similar assignment


    5


    Is all the soft copy of the similar assignment demonstrating quality? Was the methodology used relevant? Were recommendation generated from the previous related assignment?


    5


    Has the firm submitted at least 2 recommendation letters from recognized firms that they conducted a similar assignment /documentation?


    5


    Proposed Team Composition: This is to be appraised as per Annex 1 and in fulfilment of the section 6 of the ToR -10 Marks


    Has the firm provided proposed team as per the ToR (Annex 3)? - A table of: Name of team member, Highest level of Qualification, Years of experience related, engagement period and key role.


    3


    Has the firm demonstrated availability of experts in documentation of cases and success stories on human rights and gender violation issues relating to Adolescent and Young People, Key Population, People Living with HIV (PLHIV) affected by HIV TB DRTB and PWDs?


    4


    Are there availability of key staff for proposed design


    3


    Work Plan: A Detailed logical Gannt chart, number of days for each activity**. -5 Marks**


    The bidder has submitted a Gantt chart for the assignment?


    2


    Have then firm captured key activities, spread within 25 working days? Is the time allocated for each activity reasonable?


    3


    TOTAL SCORE


    60


    Any firm with at least a score of 42 out of 60 (70%) from the technical evaluation, will proceed and invited for the second stage - oral presentation.




  2. ​​​​​​​Oral presentation




  3. Thematic areas


    Evaluation criteria


    Maximum Points


    Bidders Score


    Remarks


    Clearly demonstrate Understanding of the key human rights violations that KPs, AYPs, PWDs and PLHIVs and affected by HIV TB/DRTB experience and the available mechanisms to access justice. (8 Marks)


    1) Understanding of the Kenyan/international National policies and strategies in line with the project and context


    3


    3) Understanding of the proposed assignment (scope, proposed objectives, and deliverables)?


    2


    Demonstrated understanding issues affecting targeted population in the context of Human rights violations


    3


    Understanding of the proposed assignment questions, methodology and linking to the assignment objectives & target population- (10 Marks)


    Does the firm effectively articulate the proposed design for the proposed assignment?


    3


    Clear presentation on how to achieve, measure and target each objective as well as the focused respondents?


    3


    Does the firm conceptualize methods for sample calculation and Sampling procedures? Why are methods fit for the proposed assignment?


    2


    How did the firm address challenges that emanated from the previous assignment?


    2


    Firm experience in undertaking study of a similar nature and evidence of any related work conducted by the firm. – (7 Marks)


    How long has the firm been conducting similar assignments?


    2


    Which areas (similar to the proposed geographical areas) has the firm conducted a similar assignment?


    2


    Has the firm presented similar assignment conducted on documentation during the oral presentation?


    3


    Experience of the team members who will undertake the assignment (5 Marks)


    Availability of expert for each subject area and their engagement during the oral presentation (regarding key skills and competency)? Were they engaged in the previous assignment?


    3


    Has the firm demonstrated a good combination of skill set for the assignment?


    2


    Total


    30


    For the firm to proceed to the last stage – financial proposal opening and evaluation, the minimum score must be 63 out of 90 (70%) of the combined technical proposal and the oral presentation.




  4. Financial Proposal Evaluation




  5. The Financial Proposal shall be prepared in accordance to Annex 2. The maximum number of points (10 points) will be allocated to the lowest financial quotation and the other Financial Proposals will receive points in an 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




  6. Final Scores and Recommendation




  7. Scores for the three stages (Technical, Oral, and financial evaluations) will be aggregated using Cost and Quality Based Selection (CQBS) as the most preferred method for procuring consultancy services as guided by the KRCS procurement manual. The tender evaluation team shall make a recommendation to award the bidder with the highest combined technical and financial scores.


    GENERAL INSTRUCTIONS


    Please carefully read the method of tender submission and comply accordingly.




  8. KRCS reserves the right to accept or to reject any bid, and to annul the bidding process and reject all bids at any time prior to the award of the contract, without thereby incurring any liability to any Bidder or any obligation to inform the Bidder of the grounds for its action. Bidders who might have had any gross misconduct while working for KRCS will not be considered at all.



    1. Cost of bidding



  9. 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.




  10. Clarification of Bidding Document




  11. 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 tenders@redcross.or.ke




  12. Amendment of Bidding Document




  13. 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.




  14. Deadline for Submission of Bids




  15. Bidders should provide a technical and financial proposal in two separate folders clearly Marked “Technical Proposal + Name of bidder” and “Financial Proposal + Name of bidder” both of which should then be sent to tenders@redcross.or.ke with the subject reading “Tender No: GFPREQ02153: Consultancy for the Comprehensive Documentation and Development of a Compendium of Human Rights related cases and barriers towards access to HIV/TB services”.**


    The Proposal should be sent on mail to reach tenders@redcross.or.ke by 16th August 2023 at 11:00 am for the tender to be opened at 12.00 noon.Any bid received by KRCS after this deadline will be rejected. Tenders will be opened immediately thereafter in the presence of the candidates or their representatives who choose to attend our online tender opening meeting on the same day at noon. Interested bidders to confirm participation on mail tenders@redcross.or.ke and thereafter we will share the zoom link for the meeting.




  16. Cost Structure and non-escalation




  17. 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, and in any subsequent pre-contract process.




  18. Taxes and Incidental Costs




  19. The prices and rates in the financial offer will be deemed to be inclusive of all taxes and any other incidental costs.




  20. Responsiveness of Proposals




  21. 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 by the Organization and may not subsequently be made responsive by the Bidder by correction of the non-conforming item(s).


    Currency for Pricing of Tender


    All bids in response to this RFP should be expressed in Kenya Shillings. Expressions in other currencies shall not be permitted.




  22. Correction of Errors.




  23. Bids determined to be substantially responsive will be checked by KRCS for any arithmetical errors. Errors will be corrected by KRCS as below:




  24. Where there is a discrepancy between the amounts in figures and in words, the amount in words will govern, and




  25. Where there is a discrepancy between the unit rate and the line total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.




  26. The price amount stated in the Bid will be adjusted by KRCS in accordance with the above procedure for the correction of errors.




  27. Evaluation and Comparison of Bids




  28. 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.




  29. Confidentiality




  30. 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.




  31. Corrupt or Fraudulent Practices




  32. 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 complaints@redcross.or.ke



How to apply

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.


Bidders MUST provide a technical and financial proposal in two separate folders clearly marked “Technical Proposal” and “Financial Proposaland sent as one email with the subject: “Tender No: GFPREQ02153: Consultancy for the Comprehensive Documentation and Development of a Compendium of Human Rights related cases and barriers towards access to HIV/TB services”.**


The Proposal should be sent on mail to reach tenders@redcross.or.ke by 16th August 2023at 11:00 am


Tenders will be opened in the presence of the bidders or their representatives who choose to attend our online tender opening meeting on the same day at noon. Interested bidders to confirm participation on mail tenders@redcross.or.ke and thereafter we will share the virtual link for the meeting.

No comments:

Post a Comment