Request For Proposals To Conduct End-Term Evaluation Promoting Inclusive Climate Change Resilience in Bungoma Document Release Date: 15th October

Kenya Red Cross Society
Nairobi, Kenya, Kenya
Climate Change and Environment

Job Description

https://kenyaredcross-my.sharepoint.com/:b:/g/personal/tenders_redcross_or_ke/EUFk2rCARwhBsTjtIoZ4jJwBll0jq_I4H0aV4nf-kutisQ?e=DGekNB Request For Proposals To Conduct End-Term Evaluation Promoting Inclusive Climate Change Resilience in Bungoma Document Release Date: 15th October 2025 Last Date for Receipt of Proposals: 22nd October 2025 Time: 1100hrs Tender Number: PRF29080 Submission Method: email to [email protected] Tender Opening Venue and Time: Virtually via Microsoft Teams at 1200HRS Summary of the End-Term Evaluation Purpose : The end-term evaluation aims to assess the effectiveness, impact, sustainability, and lessons learned from the Promoting Inclusive Climate Change Resilience in Bungoma. It will evaluate the project’s achievements in enhancing inclusive climate change resilience in Bungoma. The evaluation will provide strategic recommendations to guide future programming, policy advocacy, and sustainability efforts, ensuring continued support for vulnerable population in climate-affected regions. Partners CBM Global Disability Inclusion (CBM Global), Kenya Red Cross Society , National government, County Government and relevant departments(Ministry of environment and natural resources, Association of for persons with disability Kenya, National Council for Persons with Disabilities (NCPWD), Ministry of Youth, Gender and Social Service, Kenya Meteorological Department, Ministry Of Health, Organization of Persons with Disabilities. Duration 45days Estimated Dates 1st November 14th December 2025 Geographical Location Bungoma County (Kopsiro, Kanduyi and Cheptais sub-counties) – Kenya. Target Population Targeted community members, persons with disability, children (boys & girls), adults (women and men). Deliverables Inception report and tools, Draft and final report, dissemination of the report and additionally all data sets. Methodology Quantitative and Qualitative methods. Evaluation Management Team KRCS Monitor Evaluation Accountability & Learning team, KRCS Project representatives and CBM Global Representatives. Background Information Climate Change is a threat to the development of the global economy and the greatest impediment to the achievement of sustainable development goals. This can be proven as current global weather extremes affect millions of people, resulting in food and water insecurity in addition to affecting agricultural productivity. In Kenya, Climate Change has resulted in extreme weather events that have led to loss of lives, reduced agricultural productivity, displacement of populations, and destruction of infrastructure, among other adverse impacts. Bungoma County has also not been spared with increased cases of flooding, landslides, and drought, resulting in displacement of people, damage to infrastructure and low agricultural yields. Climate Change presents enormous challenges and opportunities for mankind everywhere as it has to be tackled in order to ensure sustainable development is achieved. According to the 2019 Kenya census report, 2.2% of people with disabilities remain marginalized, dependent on poorly integrated livelihood systems with high rural burden, operate within disabling or weak disaster risk management and climate change adaptation policy framework, with low level or absence of service provision with systems of poor representations, therefore there is need for sustained support and programmes to strengthen livelihoods and provide access to basic services and protection to ensure better adaptation, preparedness, mitigation and higher resilience to the environmental challenges that climate change brings and affects people with disabilities. Barriers to their full participation in society prior to disasters and other emergencies, including inaccessibility of the physical environment, tend to be exacerbated by natural disasters and conflicts. Failure to consult with persons with disabilities and their representative organizations in the development of plans to respond to emergencies leads to the exclusion of persons with disabilities, increasing their risks and vulnerabilities. With support from and in partnership with CBM Global, the Kenya Red Cross is implementing a 3-year project dubbed “Promoting Inclusive Climate Change Resilience in Bungoma County”. The project intends to reduce risks to communities and infrastructure resulting from Climate-related disasters such as floods and droughts. The project focuses on enhancing the adaptive capacity, livelihoods, and health of active groups of people with disabilities and other vulnerable groups, especially women and the youth, in project target sites in Bungoma County. The Overall Objective of the project is to reduce risks to communities and infrastructure resulting from climate-related disasters such as floods and droughts. This end-term evaluation (ETE) will be conducted in Bungoma County. Climate change has largest impact on the poorest and most vulnerable population in Bungoma. The ETE will target the stakeholders which includes the communities in Bungoma as well as the various department and partners relevant to the project objectives. This evaluation will be conducted in Bungoma County, with a focus in Kopsiro, Kanduyi and Cheptais sub-counties where the Kenya Red Cross Society (KRCS) is implementing Inclusive Climate Change Resilience in Bungoma County. Project Objectives Reduced risks to communities and infrastructure resulting from climate related disasters such as floods and drought. Enhanced resilience of communities to help cope with impact of climate change. Operationalized community based inclusive early warning and response. Advocacy to improve coordination and delivery of inclusive disaster risk management. Well-equipped KRCS to deliver quality and inclusive intervention. Key Project Stakeholders The project was implemented in close coordination with the national and County Government of Bungoma as well as the departments Ministry of health, ministry of environment and natural resources, APDK- Association for persons with disability Kenya, National council for persons with disabilities, ministry of youth gender and social services and local communities in Bungoma. This includes advocacy, coordination, awareness creation and referrals on Gender Based Violence and CBM. The program worked with stakeholders on the ground from the mentioned departments including facility staff, Community Health Promoters, groups among the community, organizations of persons with disability. Evaluation Purpose & Scope Purpose. The end-term evaluation aims to assess the effectiveness, impact, sustainability, and lessons learned from the Promoting Inclusive Climate Change Resilience in Bungoma. It will evaluate the project’s achievements and highlight challenges and lessons learned in enhancing inclusive climate change resilience in Bungoma. The specific objectives of the end-term evaluation will be: To measure project performance against log frame indicators and compared to baseline findings. To understand whether there has been shifts in knowledge on risks regarding climate change . To provide evidence of the impact of the program/intervention on the target population including the specific groups such as women, youth, and persons with disabilities, with attention to gender equality and safeguarding concerns. To highlight the sustainability measures in place, lessons learned from the project and make practical recommendations for improvement of future projects. To evaluate goal and outcome indicators in order to assess the impact of the project. To assess how the intervention has addressed specific gender needs, including women’s participation, leadership, and protection from gender-based violence (GBV) in its implementation. To assess how inclusive the project was, and document any exemplars for learning. Key Questions The consultant will develop key questions to enable the evaluation be get the needed information on the project intervention. However, the following are the proposed key questions to be addressed during the end-term evaluation. The consultant may however suggest changes/additional questions at the inception stage: Measuring against indicators and targets What are the endline values for the CBM Global project indicators? Did the project achieve the set targets? Are they meaningfully different from baseline? Effectiveness What changes as reported by the community/stakeholders can be attributed to the project (positive, negative, expected and unexpected) What is the level of resilience amongst the targeted groups particularly on climate change effect, and how different is it for men vs women, and persons with and without disabilities? Have there been any positive or negative unintended outcomes of the CBM Global intervention? Efficiency How did the project demonstrate efficiency, and what were the effects on the project? Was there value for money? What if any innovative programming can be demonstrated? Sustainability What sustainability measures for the project outcomes were put in place in the effort of mitigating climate change related effect? To what extent have socio-cultural factors affected uptake of project interventions? And what measures have been/should be taken to address the same? To what extent will net benefits of the intervention continue, or are likely to continue? Relevance How satisfied are the community members with the interventions undertaken by the project? What do the participants feel is the effect of the project on their lives in the short term and in the long run? The extent to which the intervention objectives and design respond to communities’ needs, policies, and priorities, and continue to do so if circumstances change. Coherence How well has the project’s intervention been compatible with other interventions in Bungoma County. Was the intervention aligned with relevant policies and strategies? Impact. What positive and negative (unintended harm, exclusion, or challenges created (or worsened) by the intervention.) outcome has the intervention brought about? What are the long-term effects of the intervention likely to be, and how do the effects vary across gender and disability? How many people have benefited from the intervention? What are the main factors that have contributed to the impact of the intervention? Community Engagement and Accountability To what extend were the KRCS minimum accountability standards integrated? How much do the project participants understand the project? How much were project participants involved in the project decision making? What complaints and feedback mechanism were put in place? What were the common community complaints addressed during the project period? Do the community members think that the project respected their culture/religion/daily routines/community calendars etc. and how did that affect the project uptake? To what extent did the project ensure the meaningful participation of women, men, youth, and persons with disabilities in planning, decision-making, and feedback processes? Were there any barriers faced by women, men, or persons with disabilities in accessing project information, services, or feedback mechanisms, and how were these addressed? Did the complaints and feedback mechanisms capture and respond to gender-specific and disability-related concerns? How did the project influence gender relations within the community, including women’s voice, leadership, and decision-making power? Survey Methodology The consulting firm will be expected to propose the most appropriate study design, sampling methods, sample size, and data collection and analysis approaches for the end-term evaluation. These should be clearly outlined in the bidding document/proposal and will be further discussed with the evaluation management team if the firm qualifies for the oral stage. The firm should also identify and justify the target respondents or data sources that can effectively address the log frame indicators and provide comparable statistics to assess change over time. The proposed methodology should incorporate triangulation of findings and ensure an adequate, representative sample of the target beneficiaries, with clearly defined sampling procedures. All log frame indicators should be given operational definitions in the bid submission. A detailed data analysis plan should also be included, indicating how each indicator will be analyzed and how the results will be presented. The evaluation will use the following literature and any other for reference and to inform the evaluation process further: Final Baseline Survey Report Project proposal, theory of change and log frame. Existing project reports by the time of data collection. PDM report Documents, policies and frameworks by partners, county and national government. The project outcome and output indicators are shown in the table below: - Hierarchy of Objectives Objectively Verifiable Indicators (OVI) Reduce risks to communities and infrastructure resulting from climate related disasters such as floods and drought. Goal: Reduce risks to communities and infrastructure resulting from climate related disasters such as floods and drought. % of People (disaggregated by gender and disability) aware of and can respond to early warnings % reduction in climate-related disaster losses/damages % of households reporting improved safety and preparedness for climate-related disasters. Outcome1: The resilience of marginalized people in Bungoma county is enhanced to better cope with impacts of climate change 1a:Bungoma County Government Climate Change policy approved and action plan progressed. 1b: % of target households with diversified and climate-resilient livelihoods. % increase in income levels among vulnerable groups (Persons with Disabilities, women, youth) due to climate-resilient practices. % people that have better understanding of climate change effects. Output 1.1. The resilience of communities including people with disabilities and other at-risk populations is enhanced to cope with the impact of climate change. .1a: # people supported to start income generating activities % of target communities with functional inclusive early warning and response systems. % of persons with disability women, and youth reporting access to timely and actionable early warning information. 1b: # of people accessing assistive devices and linked to social protection systems # people reporting improved economic situation of their family from project baseline Output 1.2. A community friendly, inclusive early warning and response system is operationalized (focus on risk knowledge and risk communication and dissemination) # committees that include representation by people with disabilities # times the early warning system activated during a crisis # community members sensitized on early warning Output 1.3 Advocacy strategy to improve coordination and delivery of inclusive disaster risk management is implemented. Evidence that (sub) county government respond to disasters in an inclusive way. Number of inclusive disaster risks management coordination forums conducted annually % increase in multi-sectoral DRM plans integrating disability and gender-inclusive measures. Output 1.4: Kenya Red Cross are equipped and able to deliver quality, inclusive interventions. KRCS field tools are reviewed and updated for inclusivity. % increase in KRCS staff/volunteers trained on inclusive climate risk reduction. % of KRCS-led interventions rated as inclusive and effective by community members. Quality & Ethical Standards 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 International Federation of Red Cross and Red Crescent Societies. Utility: Assessments must be useful and used. Feasibility: Assessments must be realistic, diplomatic, and managed in a sensible, cost-effective manner. Ethics & Legality: Assessments must be conducted in an ethical and legal manner, with regard for the welfare of those involved in and affected by the assessment. Impartiality & Independence: Assessments should be impartial, providing a comprehensive and unbiased assessment that considers the views of all stakeholders. Transparency: assessment activities should reflect an attitude of openness and transparency. Accuracy: Assessments should be technically accurate, providing sufficient information about the data collection, analysis, and interpretation methods so that its worth or merit can be determined. Participation: Stakeholders should be consulted and meaningfully involved in the assessment process when feasible and appropriate. Collaboration: Collaboration between key operating partners in the assessment process improves the legitimacy and utility of the assessment. Inclusion: The assessment must include clear steps to ensure meaningful engagement and participation of all sections of community, including persons with disabilities and women. 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. Qualifications and Experience for Consultants The lead consultant must possess the following qualifications: A minimum of a master’s degree in Public Health/climate change and adaptation/environmental science and Environmental studies/disaster risk management &disaster preparedness/sustainable development/development studies/project planning and management/Monitoring and Evaluation (M&E) or Applied Researchor related field. A minimum of 5 years’ extensive experience in carrying out comprehensive evaluations or similar assignments. Good understanding of climate change and climate-related risks, with demonstrated expertise in mainstreaming gender equality, disability inclusion, and age considerations among vulnerable populations in Kenya. Proven experience in participatory and results-based M&E knowledge and practical experience in quantitative and qualitative research methods. Must have led in at least five participatory assessments. Experience of conducting Baseline, End line, Midterm evaluations monitoring and assessment work in the target or similar communities (preferred) High level of professionalism and an ability to work independently and in high-pressure situations under tight deadlines. Strong interpersonal, facilitation and communication skills The team must have a statistician able to analyze quantitative and qualitative data as well as key technical team members to handle specific components of the project evaluation. Team must have experience in participatory data collection methods and using mobile phone technology for data collection, monitoring and reporting. The lead consultant must have strong analytical skills and ability to clearly synthesize and present findings, draw practical conclusions, make recommendations and to prepare well-written reports in a timely manner. Availability for the period indicated and ready to carry out the assignment and deliver results within the specified period/time. Proven track record of integrating gender-responsive and disability-inclusive approaches in evaluations, including demonstrated ability to capture the perspectives of women, men, youth, and persons with disabilities through appropriate participatory methods. Availability of experts in each of the subject areas, with experience and relevant qualifications for the assignment will be highly preferred. Management of the End Term Evaluation. Duration: The end term evaluation will be conducted between 1st November to 14th December 2025 or 45 days from contract signing to delivery of the final report. Deliverables: Inception report detailing the evaluation design, sampling methodology & sample frame, evaluation tools, agreed budget and work plan. Copies of original and cleaned data sets with codebook. The raw data, the database which has been cleaned (both qualitative and quantitative, including original field notes for in-depth interviews and focus group discussions, as well as recorded audio material), should be submitted together with the report. A simple inventory of material handed over will be part of the record. KRCS will have sole ownership of all final data and any findings shall only be shared or reproduced with the permission of KRCS. Draft end-term evaluation report that will culminate in the final report with the following elements and as will be guided by KRCS: Table of contents Clear executive summary with among others major findings and summary of conclusions and recommendations. The objectives of the end term, methodology and any challenges encountered in the field. A presentation of the results and discussion of the same (including analysis) according to evaluation questions. Conclusions Recommendations. Report annexes. A power point presentation highlighting key results and discussion from the end-line evaluation will be presented at a feedback meeting with stakeholders to be held after completing the draft report. Final Evaluation report - submit 5 well designed and bound hard copy and one electronic copy of the report by the agreed timeline. The specifications for the hard copies will be guided by KRCS M&E team. A power point presentation highlighting key results, findings, and recommendations to be disseminated to the key stakeholders by the consultant after approval of the end term evaluation report. An easy-read version of the end term evaluation report alongside the full end term evaluation report. Evaluation Management Team The evaluation management team shall consist of KRCS MEA&L Unit representatives, KRCS program manager and CBM Global 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) Lead the recruitment and evaluation process Coordinate the evaluation implementation process Review of assessment products including the inception report tools, and reports KRCS will organize logistics for the assessment team Avail data collectors within agreed criteria Avail all necessary documents for desk review KRCS will be the link between the community, stakeholders and the consultant and will organize all the data collection activities (identifying respondents and setting up appointments) Will be the custodian of all data generated from the assessment Organize dissemination forums as necessary. Role of CBM global. Participate in the TOR development. Review the inception report and data collection tools. Review and give feedback on all evaluation products. Fund the activity budget. Final approval of the report. Application Requirements Application materials shall include: A written response to this TOR in terms of a proposal detailing the technical understanding of the task, proposed methodologies of the evaluation, expected activities and deliverables, proposed work plans with schedule, and financial bids. See Annex 1 Detailed CVs of all professionals who will work on the evaluation. If there is more than one contractor on the proposed evaluation team, please attach a table describing the level of effort (in number of days) of each team member in each of the evaluation activities. See Annex 3 Professional references: please provide at least three reference letters from your previous clients and full contact details of the referees (working and active email & phone number). 2 Sample reports of relevant previously completed assignments. 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. Submission of proposal. 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. ----- – Call for Consultancy for End Term Evaluation for Promoting Inclusive Climate Change Resilience in Bungoma County The proposal should be addressed as below to reach the undersigned ( by mail ) through [email protected] on Wednesday, 22nd of October 2025 at 1100HRS . Chairperson, Tender Committee Kenya Red Cross Society P.O Box 40712 – 00100 Nairobi, Kenya . ANNEX 1: TECHNICAL PROPOSAL FORMAT Introduction: description of the firm, the firm’s qualifications, and statutory compliance (2 pages) Background: Understanding of the project, context and requirements for services, Key questions (2 pages) Proposed methodology - Indicate methods to be used for each indicator and highlight any areas where indicators may need adjustment. The targeted respondents should be indicated for each indicator. Proposed detailed questions should be indicated. Detailed sampling procedure and sample size determination needs to be described and provided. (5 pages) Firms experience in undertaking assignments of similar nature and experience from the geographical area for other major clients (Table with: Name of organization, name of assignment, duration of assignment (Dates), reference person contacts (2 pages) Proposed team composition (As per annex 3) - 1 page Work plan (Gantt chart of activity and week of implementation) - 1 page ANNEX 2: BUDGET TEMPLATE 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 Cost of travel to the project field site and upkeep during the data collection days. (Movement during data collection will be facilitated by KRCS) Lumpsum Office expenses (Printing, photocopy, binding, communication costs etc.) Lumpsum Grand Total ANNEX 3: PROPOSED TEAM COMPOSITION TEMPLATE Name of Team Member Highest Level of Qualification General Years of Experience related to the task at hand Roles under this assignment ANNEX 4: TENDER ASSESSMENT CRITERIA 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: Technical Proposal 50 marks Oral presentation 40 marks Financial Proposal 10 marks Mandatory Requirements. 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) Assessment of the Technical Proposal 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 Background: Description of the consultant/Firm’s Qualifications, Understanding of the project, context and requirements for services 10 Proposed Methodology: The proposed methodology MUST provide an indication of its effectiveness and added value in the proposed assignment. 20 Firms Experience in undertaking assignments of similar nature and experience from related geographical area for other major clients: Provide a summary and supporting information on overall years of experience, and related technical and geographic coverage experience. 10 Proposed Team Composition: Tabulate the team composition to include the general qualifications, suitability for the specific task to be assigned and overall years of relevant experience to the proposed assignment. The proposed team composition should balance effectively with the necessary skills and competencies required to undertake the proposed assignment. Lead Consultant Qualifications – should be as per the TOR Provide CVs for key Consulting team including Statistician/Data Analyst. 5 Work Plan: A Detailed logical, weekly work plan for the assignment MUST be provided. 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. Oral Phase Assessment 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. Assessment of the Financial Proposal 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. 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. Cost of bidding 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. Clarification of Bidding Document 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] Amendment of Bidding Document 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. Deadline for Submission of Bids Bids should reach [email protected] on or before 22nd October 2025 at 1100HRS. 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. xxx – Call for Consultancy for End Term Evaluation for Promoting Inclusive Climate Change Resilience in Bungoma County The proposal should be addressed as indicated above to reach the under signed by 22nd October 2025 at 1100HRS for the tender to be opened at 1200HRS: Any bid received by KRCS after this deadline will be rejected. Cost Structure and non-escalation 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. Taxes and Incidental Costs The prices and rates in the financial offer will be deemed to be inclusive of all taxes and any other incidental costs. Responsiveness of Proposals 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. Correction of Errors. Bids determined to be substantially responsive will be checked by KRCS for any arithmetical errors. Errors will be corrected by KRCS as below: Where there is a discrepancy between the amounts in figures and in words, the amount in words will govern, and 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. The price amount stated in the Bid will be adjusted by KRCS in accordance with the above procedure for the correction of errors. Evaluation and Comparison of Bids 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. Confidentiality 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. Corrupt or Fraudulent Practices 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

How to Apply

[https://kenyaredcross-my.sharepoint.com/:b:/g/personal/tenders_redcross_or_ke/EUFk2rCARwhBsTjtIoZ4jJwBll0jq_I4H0aV4nf-kutisQ?e=DGekNB](https://kenyaredcross-my.sharepoint.com/:b:/g/personal/tenders_redcross_or_ke/EUFk2rCARwhBsTjtIoZ4jJwBll0jq_I4H0aV4nf-kutisQ?e=DGekNB) 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. ----- – Call for Consultancy for End Term Evaluation for Promoting Inclusive Climate Change Resilience in Bungoma County\”\ The proposal should be addressed as below to reach the undersigned (by mail) through [email protected]on Wednesday, 22nd of October 2025 at 1100HRS. Chairperson, Tender Committee Kenya Red Cross Society P.O Box 40712 – 00100 Nairobi, Kenya.

Job Details

Posted: October 17, 2025
Deadline: October 22, 2025 (0 days left)
Organization: Kenya Red Cross Society
Location: Nairobi, Kenya, Kenya
Sector: Climate Change and Environment