Consultancy To Conduct a Feasibility and Hydrogeological Study on Community-Driven Models for Wash Improvement in Katondo Settlement in Kabwe District & Mukubwe Ward in Ngabwe District.
HABITAT FOR HUMANITY ZAMBIA
CALL FOR EXPRESSION OF INTEREST
CONSULTANCY TO CONDUCT A FEASIBILITY AND HYDROGEOLOGICAL STUDY ON COMMUNITY-DRIVEN MODELS FOR WASH IMPROVEMENT IN KATONDO SETTLEMENT IN KABWE DISTRICT & MUKUBWE WARD IN NGABWE DISTRICT
TERMS OF REFERENCE
1. BACKGROUND
Habitat for Humanity Zambia (HFHZ) is planning to implement a WASH project in Katondo community of Kabwe district, and in the communities of Ngabwe district between 1st September 2024 and 31st August 2027. A proposal for this project will be submitted to the Federal Ministry for Economic Cooperation and Development of the Federal Republic of Germany (BMZ) in collaboration with the Stiftung der Deutschen Lions (SDL, Lions Foundation Germany).. In order to ensure a relevant, effective, efficient, coherent, sustainable, and impactful project, the principal will commission a Feasibility and Hydrogeological Study. These Terms of Reference (TOR) explain the purpose of the study, required qualifications, experience, and references for the consultant, and the deliverables. The study is in two Sections—feasibility and hydrogeological.
2. FEASIBILITY SECTION
The study will analyse the feasibility based on the Project Concept, Needs Assessment Study and the Theory of Change (ToC), finances and time availed for this project. In doing so the study will examine and verify the Project Concept, identify weaknesses and provide recommendations for optimisation.
2.1 Purpose of the Study
The purpose of the study is to:
a) assess the project objectives, merit and worth of the project based on OECD DAC Evaluation Criteria (cf. bengo´s “Guide to conducting feasibility studies”);
b) provide a sound, empirically verified basis for the project, identify and verify material assumptions and prerequisites for project success, identify risks and risk mitigation strategies based on the OECD DAC Evaluation criteria.
c) present project context on community-, district, regional-, and national level, including relevant baseline data:
Ground conditions and environmental factors (e.g., presence of rocky ground, high ground water table, etc) which may affect decisions on appropriate sanitation options.
Key hygiene practices in terms of water needs and sanitation habits.
Cultural habits among the local population that might affect their hygiene/sanitation preferences.
Specific vulnerabilities, for example, disabilities and people with specific diseases to tailor WASH services accordingly.
Local capacity to lead or support the WASH interventions.
Water availability in adequate quantity with a focus on the household level, school facility level, and health facility level, water quality from user perception and potential sanitary risks
Challenges associated with the collection and storage of water.
Access to toilets, usage of toilets, access to other sanitary services like waste disposal, and sanitary conditions of the village.
Prevalent hygiene practices such as handwashing and disposal of child faeces and the impact of water bone diseases on hygiene practices
Assess WASH management practices, gaps in the target locations.
d) provide specific recommendations for the impact matrix and project activities.
e) optimise the project concept, improve quality, and maximise impact and sustainability.
2.2 Deliverables:
a) Proved a tentative work plan indicating the maximum number of days required to undertake the assignments taking into account the review period needed to be given to the principal.
b) Inception report, including methodology with proposed data collection instruments.
c) Presentation of preliminary results in preliminary report format and PPT, to be delivered after data collection is closed.
d) Discussion of the preliminary report with the principal, HFHD and SDL to look at any necessary adjustments.
e) Report with annexes should not exceed 40 pages (excluding annexes).
f) Closing presentation (PPT and study to be shared in advance and then discussed in a meeting).
g) Final versions of the report and PPT including adjustments as discussed in the closing presentation.
3. HYDROGEOLOGICAL, GEOPHYSICAL AND WATER SUPPLY SECTION
The project plans to drill new boreholes and upgrade existing hand pump boreholes to solar water schemes in public schools in selected areas of Katondo informal settlements in Kabwe district and Mukubwe ward in Ngabwe district. The target volume of water to supply to each person per day is 20 liters.
The drilling of the new borehole works will include hydrogeological and geophysical investigation—identification of borehole sites that have sufficient water aquifer, drilling of 8-inch internal diameter borehole, conducting of pump testing, water quality tests and equipping them with solar submersible pump and power system. The upgrading of the existing water points (hand pumps) will include conducting water pump tests, water quality tests and equipping them with solar submersible pumps and power systems.
In addition to groundwater supply works the project has plans to construct water storage infrastructure which shall be connected to the Lukanga Water, Supply and Sanitation Company (LWSSC) existing municipal water supply pipeline to service storage tanks at water kiosks in the community and school tank stand elevated at 6m.
3.1 Purpose of the Study
The purpose of the study is to:
a) describe the two areas (Mukubwe ward and Katondo informal settlement) in terms of a baseline description of the geology, topography, soils, existing water points, water quality and sanitation facilities.
b) describe the existing boreholes and dug wells’ hydrogeological conditions. The hydrogeological conditions being:
Aquifer and borehole yield through conducting pump testing/drawdown analysis,
Baseline water quality status i.e., physical, chemical, and biological status and pollution sources with proximity.
Existing borehole and well structures information indicating the depth of borehole, type and condition of casing pipe, gravel pack status, sanitary seal and bottom plug status and soil collapsed sections if any.
Source water protection: wellhead protection areas, significant drinking water threats and existing conditions/issues.
Registration status with regulatory body such as Water Resources Management Authority (WARMA) and number of beneficiaries on each existing point.
c) For new boreholes sites, conduct a hydrogeological and geophysical investigation to describe the site’s aquifer properties, aquifer groundwater quality (chemical, physical and biology) and quantity, site soil types and collapsing capability, groundwater levels, groundwater flow direction, and ecologically significant groundwater recharge areas.
d) Perform a risk assessment of the sites’ aquifer contamination potential and also indicate possible sources of contamination.
e) Recommendation from findings on which site to drill new boreholes and which existing boreholes/wells can be upgraded into water schemes.
f) Recommendation from findings on which cost effective water treatment method to be used for the existing and proposed new boreholes.
g) Conduct pressure testing and provide water pressure information of the selected existing LWSSC water supply pipes lines to the proposed sites of the storage tanks at the school and community to be elevated at approximately 5-6m height.
h) Recommendations from the pressure assessments of an appropriate height the storage tanks are to be placed and times of each day the existing municipal pipe contains the required pressure to fill up the elevated storage tanks.
3.2 Scope of Works
The Consultant is expected to use both secondary and primary data in the exercise, Secondary data will involve desk study of available information/data on existing boreholes, drill logs, reports and maps and periodic water pressure readings for the existing pipes from LWSSC. While primary data will be obtained by carrying out hydro geophysical measurements on existing boreholes and new sites for groundwater works and for municipal water supply dependant areas, pipe pressure testing of the service lines shall be conducted. During the study, they will need to use the necessary hydrogeological surveying equipment, the instrument, which distinguishes between clays and freshwater by resistivity profiling and vertical electrical soundings. The outcome of the consultancy will be a detailed hydrogeological investigation report giving details of the findings and recommendations.
3.3 Approach of Works
The hydro-geological/geophysical investigations will be carried out in a multi-step approach:
a) Desk study: Review of existing data for both of the pre-selected sites in Mukubwe ward and Katondo informal settlement, water resource trends, topographical maps, satellite images, existing studies and borehole site investigations in the area, geological reports and maps (if available), borehole records and for municipal supply; periodic readings, water quality test reports and maps of the service lines to the selected areas etc.
b) Hydro-geological fieldwork: Detailed reconnaissance survey of project-selected areas. (GPS co-ordinates/, water level measurements, water yield, condition of these boreholes, usage and performance where applicable) inspection of geological and structural characteristics of the investigated area; verification of existing data and findings.
c) Pump tests and geophysical investigations, resistivity profiling and vertical electrical soundings.
d) Water quality assessments, describing the physical, chemical and biological status of the water both ground and municipal water.
e) Analysis of hydro-geological/geophysical data.
f) Compilation, analysis, and evaluation of the gathered data and information.
g) Site selection (new boreholes and existing for upgrading)
h) Reporting with findings and recommendations
i) For Municipal water supply earmarked areas, pressure testing of pipes shall be conducted to marry findings with the existing pressure readings availed during desk study.
3.4 Deliverables
A report containing not limited to:
Introduction, review of previous studies and environmental background.
Geology and hydrogeology (incl. inventory of boreholes and other water points);
Methods of investigations, including geophysical techniques and water quality techniques.
Aquifer potential; sustainable yield & Water quality.
Full condition of existing boreholes (yield, water quality and level, well structure, etc) and the possibility of upgrading to solar.
Water quality results i.e (physical, chemical and biological), levels of water toxicity, possible sources of pollution and recommendation on cost-effective water treatment methods.
New borehole sites proposed drilling sites, depth and soil formations with collapsing capability.
proposed drilling method, and its applicability.
possible impact of the project on the environment.
Pressure readings for the existing water supply pipes from LWSSC to the selected areas, recommending the appropriate height at which the storage tanks shall be placed in relation to the existing pressure reading from the pipe.
Times of water supply on each day (excluding maintenance days),
Conclusion and recommendations on the most suitable sites with viable existing boreholes for upgrade and equally for borehole drilling. The required depth, water quality, design and installation details, and other relevant aspects will be considered. The report should outline all field data, interpretations and justifications, hydrogeological evaluations, appropriate maps, diagrams, pump test, water quality test results, data plots and pressure test readings for LWSSC pipes.
4. EXPECTED WORKLOAD AND TIMELINE:
Principal estimates that the consultancy can be delivered in 30 total days (including all workdays of all team members).
The consultancy is expected to be delivered September by 30th 2023.
4.1 Methodology:
a) Review relevant internal and external documents and conduct desk research to identify relevant data, strategies, regulations, policies, and other relevant information.
b) Collect necessary primary data, while ensuring appropriate protection standards are being applied (surveys, key-informant interviews, focus group discussions, engineering surveys, collection of geo-data, etc.)
c) Establish baseline data, examine intervention logic, goals, objectives, targets, and indicators, planned activities, sustainability strategy, risks and assumptions, and financial projections.
d) Form an opinion on the feasibility of the project and quality of the concept bases on the OECD DAC evaluation criteria, explain strengths and weaknesses, sustainability measures, possible risks and make recommendations for risk mitigation, improvement and optimisation.
4.2 Consultant Profile
a) Independence from Principal, HFHD and SDL, also certified by a statement from the consultant; any former or planned and already known business relationship, or any familial relations to the third degree (including aunts, uncles, and cousins) between the consultant or the consulting team and the principal´s or SDL´s employees or officers must be stated and communicated to BMZ by HFHD before a contract for these services is awarded.
b) The consultancy shall be delivered by an expert team holding the following academic qualifications:
MA/MSc or higher in social science or public health or a related field, with relevant experience (WASH or public health)
MSc or higher in Hydrogeology/Water engineering or a related field
c) The lead consultant shall have a minimum of 10 years’ experience in conducting feasibility studies on, evaluating or implementing projects in WASH in Zambia as well as at least three references for relevant consulting assignments for reputable NGOs, public agencies, or donors which have been delivered to the satisfaction of the respective principals. (Consultants will be required to share contact details for references; consultants should indicate whether previous work used as a reference can be reviewed by Principal and SDL; preference will be given to bidders who can present previous work for review.)
d) At least one member of the consultancy team shall have a minimum of 3 years’ experience in assessing projects based on the OECD DAC evaluation criteria.
4.3 List of internal documents for consultant´s review:
a) Project concept/project plan (including situation analysis, theory of change, impact matrix, and activities)
b) Needs assessment report.
c) Draft project budget.
d) HFHZ other WASH project documents.
4.4 Relevant documents identified by the Principal for Desk Research by Consultant:
a) Government WASH policy-related documents such as the strategic plan; water and sanitation policy.
b) City- (Kabwe & Ngabwe) and province (Central Province) level development-, WASH- and other relevant strategies, policies, and other documents
c) 7th and 8th National Development Plans.
d) SNV Kabwe WASH project evaluation reports.
e) Lukanga Water and Sanitation Company’s current Strategic Plan
f) Bengo “Guide to conducting feasibility studies”.
5. SPECIFIC QUESTIONS:
The consultant will have to conduct an overall review of the project concept. As part of this assignment, the consultant will be required to address the following issues in particular:
a) Fitness of Principal to deliver the project: does the Principal have the required competencies and capacities to deliver the project or are there sufficient plans in place to ensure that the required competencies and capacities will be in place by the project start?
b) Do the key stakeholders for investment activities (LWSSC, schools and health facilities) fulfil the following criteria:
a. Not-for-profit entities (project outputs must not benefit for-profit entities!)
b. Can guarantee the appropriate and sustainable long-term operation of infrastructure created in the project, in line with the project´s goals and objectives.
c. Can guarantee inclusive, non-discriminatory, equitable, and affordable access to project outputs and outcomes in the long run, in line with the project´s goals and objectives.
d. Can guarantee that any infrastructure created in the project will be built on publicly owned land and both the land and the infrastructure will remain in public, not-for-profit ownership in the long run.
e. There are adequate provisions in place for the democratic control of the assets (explain what these are and make recommendations for feasible improvements, if any)
c) What measures will be necessary to ensure the fulfilment of the criteria in the above point?
d) What measures will be necessary to ensure the long-term sustainability of other outputs and outcomes (e.g. newly established or strengthened community structures, new skills and knowledge transferred in the project, behavioural change)?
e) Does the latrine type proposed in the project for households fulfil the following criteria:
a. Likely to be adopted by community members.
b. Replicable in terms of technology, materials and cost
c. Reliable in terms of use and maintenance
d. Desludging and other maintenance feasible and affordable to households
e. Environmental impact favourable
Would the consultant recommend any preferable alternatives intervention to the proposed one type and why?
f) Do the proposed toilets for schools fulfil the following criteria:
a. Number of proposed toilets ensures meeting applicable standards for toilet: pupil-ratio.
b. Design recommended by the Ministry of Education and/or Ministry of Health.
c. Type of toilets likely to be adopted by pupils.
d. Sustainable operation and maintenance of toilets by schools is feasible.
Would the consultant recommend any preferable alternatives to the proposed interventions and why?
g) Do the trainings, information- and communication campaigns, and skills- and knowledge-transfer activities planned in the project fulfil the following criteria:
a. Relevance for the target population
b. Likelihood of adoption of promoted skills, knowledge, and practices by target population
c. Likelihood of persistence of behavioral change and measures necessary to ensure this.
Would the consultant recommend any preferable alternatives to the proposed interventions and why?
h) Are the mechanisms proposed for empowering the target population to hold stakeholders (authorities, the LWSSC, etc.) accountable: feasible and likely to persist long-term? What measures are necessary to ensure this?
i) Is the use of grant revenue and an NGO for the construction of the infrastructure proposed by the process necessary and justifiable, and what are the reasons for this, with special regard to the following:
a. Construction of kiosks (to be owned by the LWSC) – why could these not be built by the water utility company, the Local Authority, or the government?
b. Construction of latrines and/or ablutions at public schools – why could these not be built by the schools, the LWSSC, Local Authority or the government?
c. Construction of pour flash toilets for households – why could these not be built by the households or the Local Authority?
j) Reliability of water supply in pipeline from LWSSC water works:
a. Are there likely to be frequent disruptions to the availability of water?
b. What is the average water pressure received in the water pipes to the earmarked sites?
c. What measures are necessary (if any) to ensure availability of water at kiosks during interruptions of service in the LWSSC pipeline?
d. Could reserve water tanks on kiosks and schools be a viable option to prevent frequent inaccessibility of water? What measures are necessary to ensure water safety if tanks are used for water storage?
k) Any individuals or households receiving assets in the project will have to make repayment for the items. Repayment in kind (e.g. by working on project outcomes that benefit the whole community or that support project implementation) is acceptable. Partial repayment might be acceptable if full repayment is impossible due to justified circumstances. Formulate and quantify viable repayment options for the following assets, evaluating with reference to the socioeconomic background of beneficiaries and the living conditions in the target region:
a. Toilets built for households.
b. Tools provided to masons trained in the construction of toilets.
c. Household water storage containers.
d. [Any other assets that will be transferred to individuals or households in the project]
l) What resources can and will the following stakeholders contribute to the project:
a. Target community
b. Local Authority
c. LWSC water works.
d. Schools
e. Health centre
f. Existing community structures and institutions
g. Community based organizations, Civil society organizations, non-governmental organizations
h. Any other potential stakeholders not hitherto identified.
Table of Contents for consultant´s final report
1) Executive Summary
2) Purpose and Use of Feasibility Study
3) Methodology, including a discussion of any limitations around the data collection methodology and resulting findings to understand any shortcomings of the analysis and to better frame the quality of the data and findings for use by the project teams.
4) Participation of target community and stakeholders in the development of the project, buy-in of target community and stakeholders.
5) Initial situation and problem analysis on community-, city-, province-, and national level
(Which current problems of the target groups have been identified and are relevant in the project design? Which of the causes are prioritized and addressed in the project? Which local potentials, existing structures (institutions, networks, umbrella organizations and others) and social mechanisms can be built upon? Which gaps in the system have been identified? Are there approaches and results from previous development interventions? If so, how will they be built upon? What other framework conditions, for example conflict dynamics, must be taken into account in the context of the planned project?)
6) Findings
a. Fitness of Principal to implement the project.
(Who initiated the project idea? To what extent are existing agreements between stakeholders formalized? Are there formal agreements between actors? What are the available resources and strengths of the partner known individually and at the organizational level? Which relevant technical, methodological, and political competencies should be further developed individually and at the organizational level?)
b. Target groups and stakeholders / Stakeholder analysis
(How and by whom are the direct target groups selected based on which criteria? What is the composition of the respective target groups? How homogeneous or heterogeneous are the target groups with regard to factors such as gender, ethnicity, age, sexual orientation, language, capacities, and to what extent must the project take this into account? What self-help potentials and resources do the respective target groups have? How can local problem-solving capacities be strengthened? What existing WASH resources in the region can be leveraged upon? Who are the potential stakeholders in government and civil society (especially besides those already identified) and what are their plans, resources, and capacities? Do the target groups and other actors have a common understanding of the problems, prioritization and objectives of the project? Are there convergences or conflicts of interest between other actors? How strong is the support, and what contributions are different actors willing to make to the project? What is their ability to influence the project?)
c. Evaluation of the planned project according to OECD DAC criteria
(How is the project likely to perform on the criteria of Relevance, Coherence, Effectiveness, Efficiency, Impact, and Sustainability – please use OECD DAC definitions and guiding questions as well as bengo´s “Guide to conducting feasibility studies”)
7) Recommendations
(What concrete suggestions can be made or incorporated into the project concept in the specific context on the basis of the main findings and the evaluation according to the DAC criteria? E.g.: Which components, if any, are missing in the project concept in order to make the cause-effect relationships more coherent and to sustainably achieve the planned objectives? Which planned components are not suitable or may have negative effects, and for what reasons? Which assumptions of the cause-effect relationships are viable? Which findings and project-relevant data from the study are suitable for inclusion in the project logic (impact matrix of the project application)? What are the recommendations for possible indicators for impact monitoring and data collection?)
8) Annexes
I. Stakeholder list with contact persons and contact information
II. List of surveys, interviews, and focus groups discussions conducted by consultant.
III. Detailed survey results
IV. Summaries of interviews and focus group discussions
V. Map of project area with points of relevance marked.
VI. Calculations for full-life-cycle costings of infrastructure, expected revenues and sustainability.
VII. Questionnaires and other survey tools, interview- and focus group discussion guides
VIII. List of documents and other sources used.
IX. Raw survey data, notes from interviews and focus groups
Reporting
The Consultant will report to Resource Development and Communications Manager with overall supervision of the National Director.
Expressions of Interest must demonstrate the following:
· Credibility/track record of similar work/relevant experience
· Understanding and interpretation of assignment/requirements.
· Quality assurance
· Work plan
· Proposed fees (including daily rate in ZMW).
To assess the tender applications, the following criteria will be used (weighting points up to a total of 100 points broken as per below)
· Rich and diverse experience in conducting feasibility studies for national, regional or global organizations/networks – 20 points.
· Understanding of the assignment – Excellent understanding of global WASH issues with knowledge of Africa/Zambia urban and rural WASH sector, elaborate knowledge, and experience in designing WASH programs/strategies/projects, experience in advocacy and capacity building in social and public sector issues – 30 points.
· Excellent research results analysis skills, report writing skills, facilitation skills, experience in facilitating group work, brainstorm, organizing fruitful discussion in multicultural and multilanguage team – 20 points.
· Credible track record of carrying out similar assignment with evidence of similar tasks, quality assurance and realistic schedule of work -10 points.
· Relevant qualification as outlines in the competence section- 10 points.
· Competitive pricing– 10 points.
Application Details
1. A detailed proposal and a cover letter electronically with a clear subject Expression of Interest for the provision of consultancy service referenced under title “CONSULTANCY TO CONDUCT A FEASIBILITY AND HYDROGEOLOGICAL STUDY ON COMMUNITY-DRIVEN MODELS FOR WASH IMPROVEMENT IN KATONDO SETTLEMENT IN KABWE DISTRICT & MUKUBWE WARD IN NGABWE DISTRICT” outlining the methodology, timeframe, expertise and budget (for the work of data analysis, report writing and validation of findings and finalization of the feasibility study report).
2. A financial proposal for the support services outlined in the ToRs. It is preferred that the budget is segmented based on the deliverables defined in the Scope of Work but should at a minimum include explanation for the type of costs represented therein.
3. Names and contacts of three recent professional referees (previous clients) for whom similar work has been conducted.
4. Names and CVs of individuals or team members proposed, highlighting their experience relevant to this study and their roles in the achievement of the assignment.
The Consultant/Firm/Institution send the technical and financial proposal for carrying out the assignment to the following by 18th August 2023.
[email protected]
Cc: Human Resources Administrator – Ms. Nchimunya Hanjalika
[email protected]
HABITAT’S STATEMENT OF EXPECTATIONS SURROUNDING SAFEGUARDING
Habitat for Humanity Zambia requires that all consultants take their ethical responsibilities seriously to safeguard our intended beneficiaries, communities, and those with whom we work. Habitat for Humanity Zambia has particular responsibilities to support and develop systems that create and maintain an environment that prevents harassment, sexual exploitation, and abuse; safeguards beneficiaries and community members (especially children); and promotes the implementation of Habitat for Humanity’s code of conduct.
Similar Jobs
The largest community on the web to find and list jobs that aren't restricted by commutes or a specific location.
-
Motor Bike Rider
- Newline logistics limited
-
Data Entry Clerks
- Ciheb Zambia
-
Health Informatics Associate
- Ciheb Zambia