Accountable Governance for Basic Service Delivery | Tenderlake

Accountable Governance for Basic Service Delivery

Contract Value:
-
Notice Type:
Prior Information Notice
Published Date:
26 March 2024
Closing Date:
09 April 2024
Location(s):
SL SIERRA LEONE
Description:
Recruitment of a civil society organization to conduct a survey assessing beneficiary satisfaction with completed sub-projects under the Local Government Development Grants System in Sierra Leone.

Hiring of a consulting firm to conduct Beneficiary Satisfaction Survey for practically completed Round 1 projects that are in use

Bid Reference: SL-MOFED-416540-CS-CQS
Procurement method: Consultant Qualification Selection
World Bank project No. : P172492

REQUEST FOR EXPRESSIONS OF INTEREST                            (CONSULTING SERVICES)



Country: Sierra Leone



Name of Project: Accountable Governance for Basic Service Delivery Project



Grant No.: D8380-SL



Project ID: P172492



Issue date: 26th March 2024



Assignment Title: Recruitment of a Civil Society Organisation to Conduct a Beneficiary Satisfaction Survey to determine the percentage of beneficiaries that are satisfied with the completed sub-projects for Round 1 of the Local Government Development Grants System (LGDG) Under Sub-Component 2.1 of Component 2 of the Project.



Reference No: SL-MOFED-416540-CS-CQS



Background



The Sierra Leone Accountable Governance for Basic Service Delivery Project (SLAGBSDP) is a World Bank funded project with an approved amount of USD 40 million to improve local government effectiveness in basic service delivery by addressing three interrelated problems that negatively reinforces each other, leading to a low output equilibrium. SLAGBSDP is financed by the World Bank’s International Development Agency (IDA) and it’s a five-year project expected to be completed by July 30, 2027.



The development objective is to improve resource management, transparency and accountability of government systems for enabling the delivery of local development projects and basic services. Achievement of the development objective is measured by three outcomes and one of the indicators for the third outcome is “Sub-project beneficiaries satisfied with the completed sub-projects in the district councils (percentage).



 



The Ministry of Finance of the Government of Sierra Leone intends to apply part of the proceeds of the US$ 40 million received from the World Bank toward the cost of the Accountable Governance for Basic Service Delivery Project (AGBSDP), for consulting services to be procured under the project. The consulting services (“the Services”) being procured via this REoI is for services to conduct a beneficiary satisfaction survey to determine the percentage of beneficiaries that are satisfied with the completed sub-projects in Round 1 of the local government development grant program. Round 1 consists of twenty-nine sub-projects in fifteen district councils.



Objective of the Assignment



The objective of the assignment is to determine the percentage of beneficiaries that are satisfied with the completed sub-projects in round 1 of the local government development grant program under Sub-component 2.1 as a data source for the indicator.



 



Scope of the Assignment



The Ministry of Finance through the Project Management Unit now invites eligible civil society organizations (“Consultants”) to indicate their interest in providing the services. A summary of the key responsibilities expected under these Services are as follows:




  • Use the questionnaire jointly developed by the GoSL and World Bank to digitally collect the data of the survey using the Bring Your Own Device (BYOD) concept for enumeration. The questionnaire was developed in Kobo toolbox, hence the preferred data collection app for the exercise is “ODK Collect.”

  • Recruit and comprehensively train enumerators (preferably community-based organizations active in the sub-project locations), since the likelihood of pretesting the questionnaire does not exist due to time limitation.

  • Deploy enumerators for the actual data collection and quality assure the data collection exercise.

  • Process and analyze the data and produce the final report

  • Based on the suggested beneficiaries to serve as respondents in the matrix below, propose the sample size of beneficiaries to be surveyed per sub-project for discussion with the project management unit/GMT.



 



Suggested Beneficiaries as Respondents















Level



Beneficiary groups



District (Sub-project Locations)




  • Education facilities including auxiliary facilities like hostels (Chairman SMC/Board of Governors where the primary/secondary school is either a government or government-assisted school), Head teacher/Principal, randomly selected learners, parents of learners, etc.)

  • Health facility (the head of the facility, randomly selected users of the facility from the community in which the facility is located and if possible one additional village that is part of the catchment area for the facility)

  • Public Service Facility – Market, Local Council owned Guest Houses, Multipurpose Halls/Community Centres, etc. (Mainly users of facilities including sellers (male/female), randomly selected community members that are buyers from the market, students who are either resident in the hostel or plan to go into residence, facility management committee, etc.

  • Subproject-specific Grievance Redress Committee members (all or selected few)




 



Duration



The assignment duration is estimated at 31 days.



 



 



 



 



The detailed list of the beneficiary district councils and the corresponding sub-projects are as shown in the table below:































































































































































No



Subproject Name



Project District & Location



1.



Completion of Nduvuibu CHC



Kakwa, Ndovuibu, Bo District Council



2.



Rehabilitation of Lopa CHP and Rebuild of Staff quarter



Dama,_Lower Dabo,_Loppa. Kenema District Council



3.



Rehabilitation of RC primary Levuma



Kanduleppiama_Karga_Levuma, Kenema District Council



4.



Provincial Islamic Primary School Yoya



Mandu, Lower Quiver, Yoya, Kailahun District Council



5.



Rehabilitation of PejeBaoma CHP



Pejewest, Gulama, PejeBaoma, Kailahun District Council



6.



SLMB Primary School Komboya Ggayuja.



Komboya Kesua,Ggayuja,Bo District Council



7.



Rehabilitation of Bayama PHU/CHC



Kpangakrim, Pemagbei, Bayama, Pujehun District Council



8.



PDC Primary School, expansion and rehabilitation Tambeyama



Barrie, Falay, Tambeyamabarrie, Pujehun District Council



9.



UBC primary Matru Jong



Matru Jong, Timbo Old Town, Matru Bonthe District Council



10.



Kankalay Islamic Primary School Mokaba



Imperi, Bigo, Kanga/Mokaba, Bonthe District Council



11.



UMC Primary School Senehun



Komgbora, Senehum, Senehun Yoko, Moyamba District Council



12.



Rehabilitation of Njagbahun PHU



Fakunya, Kunyafo, Jagbahun, Moyamba District Council



13.



Reconstruction of Bombali District Education Committee Primary School



Pakimassanbong, Bumba, Kagbana, Bombali District Council



14.



Makulon Community Secondary School



Gbanti, Makulon,Makulon, Karene District Council



15.



Rehabilitation of Bombali District council Mena hill hostels



Bombali Shebura, Makama, Peri-Urban, Bombali District Council



16.



Rehabilitation and Extension of Firawa CHP



Barswawollay, Firawa,Firawa.Falaba District Council



17.



Karifaya Market reconstruction



Mongor, Mongo 2, Karifaya, Falaba District Council



18.



Afffia Senior secondary school



Warawara yagala,Timbo,Affia, Koinadugu District Council



19.



Completion of Bafodia market



Warawara Bafodia, Bafodia, Bafodia, Koinadugu District Council



20.



Rehabilitation of Koardu CHC



Gbane,Kandor,Gbanete-tema, Kono District Council



21.



Rehabilitation of RC Primary Kono



Nemikoro, Bandafafeh, Motema Town, Kono District Council



22.



Reconstruction of TDC Primary Makali Tonkolili



Konike Barrina, Makali, Makali,Tonkolili District Council



23.



Rehabilitation of CHC Moyorpoh



Mayopoh, Mayopoh, Mayopoh Tonkolili District Council



24.



Reconstruction of Benevolent Islamic Junior Sec. School



Mafondamakarainbay, Nagbanaba,Gbonkonka, Karene District Council



25.



Rehabilitation of Madina Market



Tonkolimba,Bubuya, Madina Town, Kambia District Council



26.



Rehabilitation of Kambia District Council primary School



Mabama, Karbulor,Tintafor, Kambia District Council



27.



Rehabilitation and upgrade of Kawenghe MCHP



Kasseh, Marneka 2,Kawengha, Port Loko District Council



28.



Rehabilitation of AME Primary School



Makonteh, Minthomore,Rosella, Port Loko District Council



29.



Rehabilitation of Frandi Hall



Waterloo Village, Western Area Rural District Council




 



 



Interested civil society organizations should provide information demonstrating that they have the required qualifications and relevant experience to perform the services.



 



Each EoI needs to include the following elements:




  • A cover letter expressing interest in the services (Maximum 1 page)

  • Organizational structure

  • Information on Manpower with qualifications, technical and professional competence necessary for successful implementation of the assignment 

  • CSO's overall profile (Maximum 2 pages)

  • Experience of the civil society organization submitting the EoI in a tabular form including similar assignments undertaken in the past. List only the most important and relevant ones. (Maximum 5 pages)

  • Contact and registration details of the organization. (Maximum 1 page)

  • Training and survey approach and proposed sample size of respondents per sub-project

  • Detailed cost breakdown for effectively carrying out the assignment.



Evaluation of submitted EoIs will be based on full compliance with the above elements needed to be included in the EoI with special emphasis on the last two coupled with the two points below:




  • Most relevant experience in perception surveys on public service delivery

  • Manpower with qualifications, technical and professional competence necessary for successful implementation of the assignment



 



Please note that the short list shall entirely comprise of ONLY Civil Society Organizations (CSOs), maximum three.



 



CSOs are not for profit organizations and are uniquely qualified to assist in this assignment essentially because of their involvement and knowledge of local issues, community needs, public interest and/or participatory approaches which is key for successful implementation of local development projects intended to improve the quality of basic services delivery and the like.



 



Key Deliverables of the Assignment



The following key deliverables emanating from the assignment are to be provided to the PMU:




  • the data on all completed questionnaires for each sub-project, and

  • the report which summarizes the key results of the questionnaires for each of the 29 sub-projects (disaggregated by gender where possible), and then in the aggregate.



A CSO will be selected in accordance with the Selection Based on a Consultant’s Qualification (CQS) method set out in the Consultant Guidelines.



 



This REoI will lead to the preparation of Short list of CSOs



The attention of interested CSO’s is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 Revised November 2017, August 2018, November 2020 and September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest. The CSO will be selected in accordance with Consultant Qualification Selection (CQS) method set out in the Consultant Guidelines.



Further information can be obtained at the address below or via email request to agbsdproject2022@gmail.com during office hours 0900 to 1700 hours



 



Expressions of interest can be delivered in a written form to the address below (in person)



 



Project Management Unit



3rd & 4th Floor (Sierra Leone Commercial Bank Building)



35 Liverpool Street



Freetown



Attn: Head of Procurement



OR



Electronically by e-mail to:  agbsdproject2022@gmail.com



When submitting, please indicate clearly in the sealed envelope or email subject heading 'EOI Beneficiary Satisfaction Survey-AGBSDP’.

The Buyer:
Ministry of Finance and Economic Development
Tommy Adams
Ministry of Finance George Street Freetown Sierra Leone
Sierra Leone
Email:
adtandors@gmail.com
Additional information:
Link:
Click to view World Bank project page