FCA has worked in in Syria since 2018, and the country programme evaluation planned for 2025 is its first opportunity for programme-level probing of achievements, challenges and lessons learnt in the country. 2025 is a particularly favourable moment for this stock-taking, as FCA’s programme for the years 2022-2025 is coming to an end, and the organization is currently designing a new programme for 2026-2029 based on e.g. learnings from the on-going programme.
Against this background, two objectives are set for the Syria country programme evaluation of 2025:
The results and recommendations of the country programme evaluation will be used both internally and externally. Within FCA, the evaluation will support FCA’s Syria country strategy review scheduled for 2025 as well as the operationalisation of FCA new global programme to be launched in 2026. Externally, FCA will also use the evaluation report in its engagements with donor organisations and local stakeholders in Syria.
The evaluation will cover FCA’s country programme in Syria between 2022-2024 including
Q1.1 To which extent have FCA’s interventions been relevant to the needs of the targeted areas and groups?
Q1.2 Do the targeted areas and groups offer strategically relevant opportunities that FCA is yet to seize?
2.Coherence
Q2.1 To what extent have the objectives of the country programme been aligned with the OCHA-coordinated Syria Humanitarian Response Plans (HRPs) for 2022-2024?
Q2.2 To what extent are the objectives of the country programme aligned with FCA’s global strategy, global programme, and Syria country strategy?
3.Effectiveness
Q3.1 To what extent has the country programme achieved the desired objectives set in the country strategy and country programme annual plans? Are there any intervention areas/strategies/ modalities in which the CP could be more effective? What have been the enabling and undermining factors behind attainment of these objectives?
Q3.2 To what extent has the country program applied the right-based approach and the cross-cutting approaches in its interventions to promote quality education and livelihoods? What factors have enabled or undermined the application of RBA and the cross-cutting approaches?
4.Efficiency
Q4.1 To what extent, the allocated resources were sufficient and efficient to achieve programme targets and goals within relevant timeframes, scope and budget.
Q4.2 To what extent have the allocated resources been used in an accountable and efficient manner to achieve targets (cost, time, and value efficient)?
5.Sustainability
Q5.1 To what extent have the results achieved by the country programme been sustainable and what factors have contributed to or undermined their sustainability?
Q5.2 To what extent has the country programme been able to empower local individuals, organisations and institutions to take over the lead of local processes and what have been the enabling and undermining factors in these efforts?
6.Impact
Q6.1 What are the most notable changes in the targeted communities brought by FCA’s interventions?
7.Recommendations
Q7.1 What recommendations can be made to enhance future programming in the light of the findings for the questions 1.1-6.1? Please provide separate recommendations for 1) Syria country programme 2) FCA’s Service and Accountability Center SAC.
The evaluation will be conducted by an external evaluator (a sole consultant or a team) in collaboration with FCA’s Service and Accountability Center (SAC) in Finland and FCA’s Syria country office (SYRCO). The overall management of the evaluation is ensured by the FCA evaluation manager based in SAC.
Methodology
The evaluation will be conducted by using mixed methods with a priority on qualitative approaches. The evaluator will define in their offer a more detailed methodology for undertaking the evaluation, but it should meet at least the following requirements:
The methodology will be finalised in the inception report. Its presentation should clearly outline the following:
Flexibility with the evaluation methodologies may be required taking into account possibilities of restricted access and mobility as well as rapid changes in the country context.
The evaluator is expected to exercise a secure data policy with regard to the personal data collected during the evaluation. Collection of personal data should be kept to the minimum and no unnecessary personal data should be collected. The registers should be destroyed when no longer needed for the purpose they were collected for.
Available documentation
FCA will make the following material available for the evaluation:
FCA’s global strategy 2022
FCA’s policies, strategies and guidelines on themes and cross-cutting issues
Documentation related to FCA’s global programme 2022-2025
FCA’s Localisation Framework from 2023
FCA's child safeguarding policy
FCA Syria’s country strategy from 2022 and its 2023 revised version
FCA Syria’s country programme annual plans and reports 2022-2024
FCA Syria’s context analysis
Relevant project plans, reports and evaluations from 2022-2024
FCA Syria’s Quality and Accountability Self-Assessment and accountability improvement plan
The evaluation process will include the following key steps:
Kick off meeting (online) with the evaluator, FCA Service and Accountability Center (SAC) and Syria Country Office (SYRCO);
Desk review of relevant documentation;
Submission, feedback, finalisation and approval of the inception report including workplan (FCA template);
Data collection and analysis. It is foreseen that the following groups will be included in the data collection process: selected rights-holders and relevant duty-bearers to the extent they are available[1], selected FCA staff in SAC/Helsinki, selected SYRCO staff members, local partners and selected funding partners.
Submission and feedback on the draft report including a validation session (online) held with relevant FCA staff members after the submission of the draft report (FCA template);
Finalisation, submission and approval of the final report
SYRCO is responsible for facilitating the setup of logistics and appointments in Syria whereas the evaluation manager in SAC will facilitate arrangements for the meetings with SAC. The evaluator will take care of organising all other support services such as e.g. translation. The costs of logistics, support services, etc. are the sole responsibility of the evaluator.
Regular online meetings with FCA to monitor the progress of the process and discuss needs/challenges
Kick-off meeting (Max. half a day)
Inception report
Mid-June
Desk review and
inception report writing
Second half of June + July[1]
FCA comments and approval of the inception report
First half of August
Data collection in SAC and SYRCO (incl. ½ day debriefing with SYRCO) with a minimum of 10 days allocated for data collection in Syria
Draft report
Second half of August + first half of September
Data analysis and writing of the draft report
Second half of September
FCA comments and approval of the draft report (incl. ½ day validation session with FCA)
First half of October
Finalisation of the evaluation report
Final report
Second half of October
Submission of the final report and FCA’s approval
November
TOTAL DURATION
5 months
The evaluator will produce an inception report, a draft evaluation report and a final evaluation report, each of them on the template provided by FCA. All reports are to be submitted to FCA for comments that need to be sufficiently addressed by the consultant within an agreed timeframe. FCA reserves the right to terminate the contract in cases of the inception report not being of satisfactory quality. The quality will be assessed against the elements highlighted below.
Each deliverable will be separately approved by FCA if found being of acceptable quality in terms of:
Inception report
containing all the sections specified in FCA’s templates (please see the more detailed requirements in the attached templates);
reflecting the tender proposal with the modifications agreed in the inception phase;
written in clear and comprehensible English.
Draft evaluation report and final evaluation report
containing all the sections specified in FCA’s templates (please see the more detailed requirements in the attached templates) and the outcomes of the data collection annexed in English;
written in clear and comprehensible English;
reflecting the chosen evaluation methodology (see the section 3 in the technical proposal template and the inception report template as well as the section 2 in the evaluation report template for more details).
N.B. FCA’s written feedback will be provided in the form of a matrix, and the evaluator is expected to provide his/her clarifications, comments and questions in the same format.
The maximum length of the draft and final report can be 30 pages each without annexes. The annexes include but are not limited to the ToR for the evaluation, list of consulted documents, list of people interviewed by affiliation, evaluation matrix, data collection and analysis tools.
Deliverables
Payment %
Upon approval of the inception report
20%
Upon approval of draft report
40%
Upon Approval of final report
40%
Given the scope of the evaluation, the Tenderer must make available a team of minimum two persons, consisting of a team leader and at least one other team member.
The team leader must meet all the following criteria, which will be checked from the CV. Please specify the name of the team leader in the proposal.
The following minimum criteria must be fulfilled either by the named team leader or at least one of the team members.
Please provide the name of the team member who is the most competent to each part in the technical proposal.
Tenderers must state the length of each evaluation and other work experience in months in Annex 1 (Consultant CV template) to enable bid comparison. Please note that reference checks with previous clients will be made.
11. Budget
Budget limit is maximum of 30 000 EUR. Below this threshold,the budget depends on the proposed methodologies and approach put forward by tenderers to most effectively and efficiently address the required service. Bids above this limit will not be eligible for evaluation.
Applicants’ proposals must include a detailed and competitive budget inclusive of all fees and costs related to the execution of the service (travel, insurance, health care, per diems etc.). It is the applicant’s responsibility to ensure that the budget limit presented here is not exceeded by any tax payments including VAT.
Consultant(s)/service providers are responsible for managing their own tax contributions. The proposed budget and its detailed break down without VAT is to be presented in Euros on the budget template provided by FCA. Please make sure to submit a proposed budget without VAT to ensure the submissions are directly comparable.
#
Description
Means of verification and required documentation
1
For consultancy firms only: The tenderer has paid all taxes and pension contributions as well as other payments required by the applicable laws.
(YES/NO)
Tenderer shall confirm this by providing a valid tax certificate issued in the last three (3) months OR a valid non-conviction certificate from Syrian authorities issued in the last three (3) months.
2
For consultancy firms only: The tenderer is registered in the Trade Register in its country of domicile. (YES/NO)
Tenderer shall confirm its registration by providing a valid Trade Register certificate.
3
The team leader has demonstrated experience of conducting evaluation(s) as the sole evaluator or the team leader incl. experience from programme level evaluation(s).
(YES/NO)
Tenderer shall submit the following documents to demonstrate competence in the highlighted areas:
The consultant must provide client contact info for the three work samples. By providing the client contact info, the Consultant agrees to allow FCA to contact the client for verification. Only positive feedback will be considered eligible
4
The team leader has a minimum of 3 years of demonstrated work experience in Syria starting from 2019. (YES/NO)
CV (using the annex 1 CV template)
5
The team has demonstrated experience of working in/evaluating initiatives related to education and livelihoods. (YES/NO)
CVs (using the annex 1 CV template)
6
The team leader has at least 5 years of demonstrated experience of working in/evaluating initiatives related to humanitarian aid.
CV (using the annex 1 CV template)
7
The team leader has a Master’s degree in a field relevant to the assignment such as development studies, public policy, or social development.
(YES/NO)
Degree certificate shall be attached.
8
The tenderer shall specify if the tender is made as a consortium (a group of several economic operators). (YES/NO)
IF YES: The members of the consortium shall be jointly and severally liable for the fulfilment of the contract. All members of the consortium must meet the eligibility requirements set out in this invitation to tender. All consortium members must be involved in delivering the services requested.
9
The tenderer confirms it has submitted the requested CVs in the format requested to enable bid comparison. (YES/NO)
CVs must be submitted using Annex 1: CV template.
Confirm YES.
10
The tenderer meets the criteria of proposing the minimum of two team members.
Confirm YES.
11
The tenderer has ability to perform the tasks highlighted in this TOR that require physical presence in the named location(s). The requirement concerns all members of the proposed team.
Copy of a Syrian passport/ID or a valid work permit for Syria of all the team members.
12
The tenderer meets the qualification and skills requirements set out in Section 10 of this ToR.
CV(s) shall be attached to demonstrate the requirements are met. CVs must be submitted using Annex 1: CV template.
The bids will be assessed according to the following contract award criteria.
Qualitative award criteria & percentages
Means of verification & scoring
Weight
Skills/expertise of the evaluator/ evaluation team lead
Tenderer shall submit (i) CV (ii) 3 examples of recent evaluation work (preferably from UN agencies or humanitarian INGOs present in Syria) to obtain additional scoring in the tender evaluation. Scoring is determined as below:
Criteria 1: Evaluation experience as sole evaluator/ team leader
1 point for each evaluation as sole evaluator/team leader, up to 20 points total
Criteria 2: Programme level evaluations
2 points for each programme level evaluation conducted as sole evaluator/ team leader, up to 20 points total
Criteria 3: Humanitarian experience
1 point for each additional year of experience from working in/evaluating humanitarian aid projects/programmes above the minimum requirement of 5 years, up to 10 points in total
50 points
Methodology
Technical proposal
Criteria 4: Rational
5 points for a demonstrated understanding of the country program and objectives of the evaluation
Criteria 5: Evaluation questions
5 points for successful elaboration of the evaluation questions
Criteria 6: Proposed methodology
5 points for relevant activities and diversity and flexibility of the suggested data collection methods
5 points for a clearly structured evaluation matrix
(Total 10 points)
Criteria 7: Work plan
5 points for a realistic workplan in line with the questions and methodology of the evaluation
5 points for human resources available for realisation of the plan (1 point for 3 team members with additional 2 points for each extra member up to 5 points);
5 points for a clear presentation of the team structure and division of labour
(Total 15 points)
Criteria 8: Risk management
5 points for a comprehensive risk matrix with relevant mitigation measures
40 points
Timetable
Criteria 9: Timetable in the technical proposal
5 points for a timetable matching the timetable presented in section 7.
5 points
Financial Score
Criteria 10: Financial proposal
Lowest price receives highest score. Scores of other offers are calculated proportionally.
5 points
Evaluation Process
The evaluation process of the offers is managed by FCA Syria Country Office Procurement Committee.
Candidates will be first evaluated according to the requirements in section 12 Eligibility Criteria. Candidates who are eligible will be allowed to proceed to the evaluation phase and their offers will be evaluated according to the Bids Assessment Criteria in the section 13.
Terms of contract
Documents listed in the Annexes of this ToR, Technical Proposal, Risk Matrix and Financial Offer must be included in the bid submission.
Please provide all the above documentation into a single consolidated document.
The candidates are primarily requested to submit their proposal by e-mail to FCASyriatender@kirkonulkomaanapu.fi
If the candidate is not able to submit by e-mail, they are requested to submit a hard copy to FCA’s Syria country office located at Shakib Arslan Street, Abo Rummaneh, Damascus. (Tel. +963 958 60 60 01)
Late, incomplete or partial bids will be rejected.
ننصح بقراءة طريقة التقديم بعناية و التقيد بتعليمات التقدم للوظائف و المناقصات.