RFP_00343062 – Kenya Refugee Solutions Landscape Assessment 69 views0 applications


Who is the Regional Durable Solutions Secretariat?

ReDSS is a secretariat working on behalf of 14 international and national NGOs working on forced displacement in East Africa, the Horn of Africa and the Great Lakes region. We were established in 2015 in response to a desire by the NGO community to be more proactive in shaping durable solutions policy and programming in the region. Our team works both at regional and country level and focusses on the translation of evidence and research into policies and programmes that can better deliver for displacement-affected communities. We do this through a range of activities, including: convening key stakeholders at multiple levels to produce consensus around collective actions that can be taken; supporting new evidence generation through commissioning and undertaking research and analysis; and building the capacity of key actors through delivering training and developing tools and guidance. We do not implement programmes directly, and by maintaining this distance are better able to play a neutral role across the system.

Purpose of the consultancy

While Kenya has demonstrated a sustained commitment to finding lasting solutions for refugees through various regional and national frameworks, including notable recent policy reforms such as the Refugee Act 2021 and the Refugee (General) Regulations 2024, alongside ambitious local integration initiatives like the Kalobeyei Integrated Socio-Economic Development Plan ( KISEDP Phases I and II) and the Garissa Integrated Socio-Economic Development Plan (GISEDP), the tangible achievement of durable solutions for refugees remains considerably limited. The recently launched and widely praised Shirika Plan, intended to shift from traditional refugee encampments towards integrated settlements, represents another significant step in this direction. However, as with previous policies and plans, the fundamental obstacles hindering progress appear to stem not primarily from a lack of progressive policy frameworks, but rather from persistent practical implementation challenges, intricate political complexities, deficiencies in inter-institutional coordination, and the persistent issue of inadequate resource allocation. This consultancy seeks to critically analyse these multifaceted challenges through a political economy lens, with the goal of generating actionable and contextually relevant recommendations that effectively bridge the persistent gap between policy formulation and on-the-ground practice in Kenya’s refugee response.

Objective of the consultancy

More specifically, the Refugee Solutions Landscape Assessment will:

  • Evaluate key institutions and governance systems shaping refugee inclusion decisions.
  • Map key stakeholders at national and subnational levels and analyse their power, incentives, and interests regarding the implementation of refugee policies.
  • Assess coordination mechanisms, cooperation gaps, and opportunities to enhance the inclusivity of governance systems.
  • Identify opportunities for coalition building and entry points for strategic engagement.
  • Analyse public narratives and their influence on refugee-related policymaking.
  • Investigate why implementation of key policies has been uneven across different counties and governance levels.
  • Explore context-sensitive, politically feasible pathways for change.

The findings will inform ReDSS and its partners on:

  • Adaptive programming and how to navigate political constraints.
  • Strategic engagement approaches with different actors.
  • Development of practical advocacy and coalition-building strategies.

Scope of work and Methodology

The specific scope of work will be established between ReDSS and the Consultant(s) during the inception phase. An advisory group made up of representatives from the Kenya Refugee Donor Group, the NGO Refugee Group, Refugee Representatives and UN will guide the overall strategic direction of the assessment.

The consultant(s) will be responsible for developing a detailed methodology as part of the inception report. The methodology should align with the objectives of the assessment and outline the research questions, data sources and approach to data collection and analysis. While there is some flexibility in the proposed approach, it is expected to include a strong desk review and qualitative component (particularly key informant interviews) and be designed in a way to capture the nuanced political, social and economic factors shaping the refugee response in Kenya.

The consultant(s) should also ensure the meaningful inclusion of diverse perspectives, including those of refugee, host community and government representatives (at all levels)– as well as other operation and political actors. A gender-sensitive approach is encouraged to better understand how gender norms impact refugee policies and practices.

The final methodology will be agreed with ReDSS and should balance breadth of perspectives and the need for practical recommendations with time and resource considerations.

Deliverables

The Consultant will be requested to submit the following deliverables:

  • Inception report

A short inception report, outlining proposed analytical framework, agreement on the methodological approach, including research questions and a clear plan for how data will be collected and analysed.

  • Summary note from Key informant interviews

Conduct Key informant interviews and consultations with a wide range of stakeholders at the national and local levels in research locations.

  • Presentation of preliminary findings

A presentation of draft findings to be presented to ReDSS and other key stakeholders for feedback to inform the final report

  • Final report

Final report summarizing SLA findings, including an executive summary, analysis of key stakeholders, and recommendations for a comprehensive engagement/advocacy strategy.

  • Uptake and dissemination plan

Uptake and dissemination of the report and Learning events with key stakeholders to discuss findings and promote uptake

The Consultant will provide the documentationby email in both word and pdf format***.*** The Consultant will be expected to integrate comments from ReDSS and other key stakeholders in each phase.

Duration, timeline, and payment

The total expected duration to complete the assignment will be no more than 50 consultancy days within a span of no more than 3 months. Starting date will be jointly discussed with the selected consultant(s).

Payment of 30% of the agreed fee shall be provided upon submission of an inception report with the remaining 70% provided upon successful completion of the deliverables

Proposed Composition of Team

This consultancy is open to submissions by consultancy firms. Individuals are not eligible to bid. We expect the proposal to prominently feature locally led analysis, particularly emphasizing the lived experiences of refugee communities. This can be achieved either through the expertise of the consultant or team, targeted partnership or collaboration, or other specific design approaches to effectively integrate these perspectives in the process and conclusions.

Eligibility, qualification, and experience required

The consultant(s) should possess the following qualifications:

  • Advanced degree in Social Sciences, Political Affairs, International Relations, Development Studies or a related field
  • Proven experience (at least 8 years) in conducting political economy analyses, particularly to inform responses to displacement, migration or refugee issues
  • Strong understanding of political dynamics in the East, Horn of Africa and Great Lakes region and experience engaging political actors
  • Demonstrated ability to engage with governmental and civil society actors in the East, Horn of Africa and Great Lakes region, including on sensitive topics
  • Knowledge of displacement and migration dynamics in the East, Horn of Africa and Great Lakes region is a strong added advantage
  • Excellent analytical, writing and communication skills
  • Fluency in English and/or Swahili (spoken and written).

Location and support

Submissions for this consultancy are open to bids for remote work or work with team members based in the East, Horn of Africa and Great Lakes Member States. Ideally the (lead) consultant will be based in Kenya.

The Consultant(s) will provide her/his/their own computer and mobile telephone.

Travel

This consultancy is not expected to include travel.

Evaluation of bids

Only those shortlisted will be contacted for an interview with the panel to ensure their understanding of the consultancy services.

  • Administration Evaluation

A bid shall pass the administrative evaluation stage before being considered for technical and financial evaluation. Bids that are deemed administratively non-compliant may be rejected. Documents listed below must be submitted with your bid.

  • Technical qualification

For the award of this project, the evaluation criteria below will govern the selection of offers received. The evaluation is made on a technical and financial basis.

Bid by the consultant(s) should include the following information:

  • Methodology outline
  • Detailed workplan
  • Budget
  • Two to three samples of reports from previous studies relevant to this study

All bids that pass the Technical Evaluation will proceed to the Financial Evaluation. Bids that are deemed technically non-compliant will not be financially evaluated

Financial Evaluation

The financial offer will then be weighed against the technical offer. The total cost of the financial offer including tax should be mentioned in the DRC Bid Form Annex A.2, within the budget breakdown.

Note: DRC is a VAT Withholding agent appointed by KRA

Proposals failing to meet the above minimum requirements will not be considered further.

DRC will conduct reference checks from at least 1 previous work as an additional mandatory requirement.

Data protection and confidentiality

While executing this assignment, the consultant and all the parties involved shall ensure effective protection of confidential and sensitive data and information in conformity with the humanitarian and protection principles and to applicable legal data protection standards[1]. All data collection and processing activities shall be executed in accordance with the following principles:

  • Safeguarding individuals’ personal data is a crucial part of humanitarian mission to protect the lives, integrity and dignity of beneficiaries and participants and is fundamental in the provision of protection response and humanitarian aid.
  • People-centred and inclusive: Evaluation activities will respect the interests and well-being of the population and stakeholders, in all relevant phases of the evaluation and which activities must be sensitive to age, gender, and other issues of diversity.
  • Do No Harm: Evaluation activities must include a risk assessment and take steps, if necessary, to mitigate identified risks. The risk assessment must look at negative consequences that may result from data collection and subsequent actions.
  • Defined purpose and proportionality: The purpose must be clearly defined and explained to the participants in the data collection process.
  • Informed consent and confidentiality: Personal information may be collected only after informed consent has been provided by the individual in question and that individual must be aware of the purpose of the collection. Further, confidentiality must be clearly explained to the individual before the information may be collected. Consent must be genuine, based on the data subject’s voluntary and informed decision.
  • Data protection and security: The evaluation process must adhere to international standards of data protection and data security.

TERMS & CONDITIONS

DRC will evaluate proposals and award the assignment based on technical and financial feasibility in line with DRC Procurement guidelines. DRC reserves the right to accept or reject any proposal received without disclosing reasons to applicants and is not bound to accept the lowest bidder.

CONFIDENTIALITY

All information presented, obtained, and produced is to be treated as DRC’s property and is considered confidential for all other purposes than what is outlined in these terms of reference.

Additional information

For additional information regarding these terms of reference, please send your questions to the Regional Supply Chain Manager quoting the RFP title in the subject of your email: procurement.RO01@drc.ngo

Bids can be submitted by email to the following dedicated, controlled, & secure email address:

tender.ro01@drc.ngo

When Bids are emailed, the following conditions shall be complied with:

The RFP number shall be inserted in the Subject Heading of the email:

  • Separate emails shall be used for the ‘Financial Bid’ and ‘Technical Bid’, and the Subject Heading of the email shall indicate which type the email contains
    • The financial bid shall only contain the financial bid form, Annex A.2 or vendors financial bid in own format
    • The technical bid shall contain all other documents required by the tender, but excluding all pricing information
  • Bid documents required, shall be included as an attachment to the email in PDF, JPEG, TIF format, or the same type of files provided as a ZIP file. Documents in MS Word or excel formats, will result in the bid being disqualified.
  • Email attachments shall not exceed 4MB; otherwise, the bidder shall send his bid in multiple emails.

Failure to comply with the above may disqualify the Bid.

DRC is not responsible for the failure of the Internet, network, server, or any other hardware, or software, used by either the Bidder or DRC in the processing of emails.

Bids will be submitted electronically. DRC is not responsible for the non-receipt of Bids submitted by email as part of the e-Tendering process

More Information

  • Job City Kenya
Apply for this job
Share this job


The Danish Refugee Council is currently implementing a broad range of activities relevant to conflict affected communities and persons. The activities are categorized in ten sectors:

Shelter and Non-food Items, Food Security, Protection, Income Generation, Coordination & Operational Services, Community Infrastructure & Services, Humanitarian Mine Action, Armed Violence Reduction (AVR), Water, Sanitation & Hygiene (WASH), and Education.

Here you can read some short exemplifications of what types of activities the respective sectors include:

Shelter and Non-food Items: Provision of emergency shelter, emergency cash grants, rehabilitation of housing, distribution of non-food items (NFIs) and provision of return and repatriation kits.

Food Security: Emergency food provision or food voucher programmes. Training and capacity development in agriculture, agricultural inputs (e.g. tools and seeds), agricultural grants.

Protection: Advocacy for the rights of displaced people in their context of displacement, child protection initiatives, individual protection assistance based on vulnerability, legal aid, land & property rights, sexual and gender-based violence prevention, registration services for the internally displaced and refugees, monitoring of rights and rights awareness-raising, facilitation of return and repatriation processes.

Income Generation: Business training and SME development, business grants, life-skills training, literacy and numeracy training, vocational training, micro-credit loans, savings groups, group enterprise development and facilitation.

Coordination & Operational Services: Coordination and management of refugee and IDP camps, active participation in UN cluster coordination, humanitarian surveys and studies, facilitation of NGO Networks focused on displacement solutions, capacity development, training and support to local NGOs, secondment of experts to UN emergency operations worldwide

Community Infrastructure & Services: Provision of physical infrastructure like roads, bridges, community centres, irrigation systems or other community structures, facilitation and training of infrastructure management groups at community level, facilitation and funding of community development plans, initiatives for disaster risk reduction at community level.

Humanitarian Mine Action: Manual or mechanical mine clearance, clearance of former battle areas, education for affected communities – with special focus on children on how to avoid harm from mines and UXO, surveys of expected and confirmed mined or UXO areas, explosive ordnance disposal and stockpile destruction, capacity building of national demining institutions.

Armed Violence Reduction (AVR): Education in procedures for safe storage and safe handling of small arms and light weapons (SALW), capacity building of institutions for safety, local and community level conflict management and mitigation.

Water, Sanitation & Hygiene (WASH): Emergency water supply, hygiene item distribution, hygiene information and education, construction of latrines, installation water points, wells and water storage. Water purification.

Education: Education grants and fee support, school feeding programmes, teacher training and support, school materials provision and construction or rehabilitation of school structures.

Connect with us
0 USD Kenya CF 3201 Abc road Consultancy , 40 hours per week Danish Refugee Council (DRC)

Who is the Regional Durable Solutions Secretariat?

ReDSS is a secretariat working on behalf of 14 international and national NGOs working on forced displacement in East Africa, the Horn of Africa and the Great Lakes region. We were established in 2015 in response to a desire by the NGO community to be more proactive in shaping durable solutions policy and programming in the region. Our team works both at regional and country level and focusses on the translation of evidence and research into policies and programmes that can better deliver for displacement-affected communities. We do this through a range of activities, including: convening key stakeholders at multiple levels to produce consensus around collective actions that can be taken; supporting new evidence generation through commissioning and undertaking research and analysis; and building the capacity of key actors through delivering training and developing tools and guidance. We do not implement programmes directly, and by maintaining this distance are better able to play a neutral role across the system.

Purpose of the consultancy

While Kenya has demonstrated a sustained commitment to finding lasting solutions for refugees through various regional and national frameworks, including notable recent policy reforms such as the Refugee Act 2021 and the Refugee (General) Regulations 2024, alongside ambitious local integration initiatives like the Kalobeyei Integrated Socio-Economic Development Plan ( KISEDP Phases I and II) and the Garissa Integrated Socio-Economic Development Plan (GISEDP), the tangible achievement of durable solutions for refugees remains considerably limited. The recently launched and widely praised Shirika Plan, intended to shift from traditional refugee encampments towards integrated settlements, represents another significant step in this direction. However, as with previous policies and plans, the fundamental obstacles hindering progress appear to stem not primarily from a lack of progressive policy frameworks, but rather from persistent practical implementation challenges, intricate political complexities, deficiencies in inter-institutional coordination, and the persistent issue of inadequate resource allocation. This consultancy seeks to critically analyse these multifaceted challenges through a political economy lens, with the goal of generating actionable and contextually relevant recommendations that effectively bridge the persistent gap between policy formulation and on-the-ground practice in Kenya's refugee response.

Objective of the consultancy

More specifically, the Refugee Solutions Landscape Assessment will:

  • Evaluate key institutions and governance systems shaping refugee inclusion decisions.
  • Map key stakeholders at national and subnational levels and analyse their power, incentives, and interests regarding the implementation of refugee policies.
  • Assess coordination mechanisms, cooperation gaps, and opportunities to enhance the inclusivity of governance systems.
  • Identify opportunities for coalition building and entry points for strategic engagement.
  • Analyse public narratives and their influence on refugee-related policymaking.
  • Investigate why implementation of key policies has been uneven across different counties and governance levels.
  • Explore context-sensitive, politically feasible pathways for change.

The findings will inform ReDSS and its partners on:

  • Adaptive programming and how to navigate political constraints.
  • Strategic engagement approaches with different actors.
  • Development of practical advocacy and coalition-building strategies.

Scope of work and Methodology

The specific scope of work will be established between ReDSS and the Consultant(s) during the inception phase. An advisory group made up of representatives from the Kenya Refugee Donor Group, the NGO Refugee Group, Refugee Representatives and UN will guide the overall strategic direction of the assessment.

The consultant(s) will be responsible for developing a detailed methodology as part of the inception report. The methodology should align with the objectives of the assessment and outline the research questions, data sources and approach to data collection and analysis. While there is some flexibility in the proposed approach, it is expected to include a strong desk review and qualitative component (particularly key informant interviews) and be designed in a way to capture the nuanced political, social and economic factors shaping the refugee response in Kenya.

The consultant(s) should also ensure the meaningful inclusion of diverse perspectives, including those of refugee, host community and government representatives (at all levels)– as well as other operation and political actors. A gender-sensitive approach is encouraged to better understand how gender norms impact refugee policies and practices.

The final methodology will be agreed with ReDSS and should balance breadth of perspectives and the need for practical recommendations with time and resource considerations.

Deliverables

The Consultant will be requested to submit the following deliverables:

  • Inception report

A short inception report, outlining proposed analytical framework, agreement on the methodological approach, including research questions and a clear plan for how data will be collected and analysed.

  • Summary note from Key informant interviews

Conduct Key informant interviews and consultations with a wide range of stakeholders at the national and local levels in research locations.

  • Presentation of preliminary findings

A presentation of draft findings to be presented to ReDSS and other key stakeholders for feedback to inform the final report

  • Final report

Final report summarizing SLA findings, including an executive summary, analysis of key stakeholders, and recommendations for a comprehensive engagement/advocacy strategy.

  • Uptake and dissemination plan

Uptake and dissemination of the report and Learning events with key stakeholders to discuss findings and promote uptake

The Consultant will provide the documentationby email in both word and pdf format***.*** The Consultant will be expected to integrate comments from ReDSS and other key stakeholders in each phase.

Duration, timeline, and payment

The total expected duration to complete the assignment will be no more than 50 consultancy days within a span of no more than 3 months. Starting date will be jointly discussed with the selected consultant(s).

Payment of 30% of the agreed fee shall be provided upon submission of an inception report with the remaining 70% provided upon successful completion of the deliverables

Proposed Composition of Team

This consultancy is open to submissions by consultancy firms. Individuals are not eligible to bid. We expect the proposal to prominently feature locally led analysis, particularly emphasizing the lived experiences of refugee communities. This can be achieved either through the expertise of the consultant or team, targeted partnership or collaboration, or other specific design approaches to effectively integrate these perspectives in the process and conclusions.

Eligibility, qualification, and experience required

The consultant(s) should possess the following qualifications:

  • Advanced degree in Social Sciences, Political Affairs, International Relations, Development Studies or a related field
  • Proven experience (at least 8 years) in conducting political economy analyses, particularly to inform responses to displacement, migration or refugee issues
  • Strong understanding of political dynamics in the East, Horn of Africa and Great Lakes region and experience engaging political actors
  • Demonstrated ability to engage with governmental and civil society actors in the East, Horn of Africa and Great Lakes region, including on sensitive topics
  • Knowledge of displacement and migration dynamics in the East, Horn of Africa and Great Lakes region is a strong added advantage
  • Excellent analytical, writing and communication skills
  • Fluency in English and/or Swahili (spoken and written).

Location and support

Submissions for this consultancy are open to bids for remote work or work with team members based in the East, Horn of Africa and Great Lakes Member States. Ideally the (lead) consultant will be based in Kenya.

The Consultant(s) will provide her/his/their own computer and mobile telephone.

Travel

This consultancy is not expected to include travel.

Evaluation of bids

Only those shortlisted will be contacted for an interview with the panel to ensure their understanding of the consultancy services.

  • Administration Evaluation

A bid shall pass the administrative evaluation stage before being considered for technical and financial evaluation. Bids that are deemed administratively non-compliant may be rejected. Documents listed below must be submitted with your bid.

  • Technical qualification

For the award of this project, the evaluation criteria below will govern the selection of offers received. The evaluation is made on a technical and financial basis.

Bid by the consultant(s) should include the following information:

  • Methodology outline
  • Detailed workplan
  • Budget
  • Two to three samples of reports from previous studies relevant to this study

All bids that pass the Technical Evaluation will proceed to the Financial Evaluation. Bids that are deemed technically non-compliant will not be financially evaluated

Financial Evaluation

The financial offer will then be weighed against the technical offer. The total cost of the financial offer including tax should be mentioned in the DRC Bid Form Annex A.2, within the budget breakdown.

Note: DRC is a VAT Withholding agent appointed by KRA

Proposals failing to meet the above minimum requirements will not be considered further.

DRC will conduct reference checks from at least 1 previous work as an additional mandatory requirement.

Data protection and confidentiality

While executing this assignment, the consultant and all the parties involved shall ensure effective protection of confidential and sensitive data and information in conformity with the humanitarian and protection principles and to applicable legal data protection standards[1]. All data collection and processing activities shall be executed in accordance with the following principles:

  • Safeguarding individuals’ personal data is a crucial part of humanitarian mission to protect the lives, integrity and dignity of beneficiaries and participants and is fundamental in the provision of protection response and humanitarian aid.
  • People-centred and inclusive: Evaluation activities will respect the interests and well-being of the population and stakeholders, in all relevant phases of the evaluation and which activities must be sensitive to age, gender, and other issues of diversity.
  • Do No Harm: Evaluation activities must include a risk assessment and take steps, if necessary, to mitigate identified risks. The risk assessment must look at negative consequences that may result from data collection and subsequent actions.
  • Defined purpose and proportionality: The purpose must be clearly defined and explained to the participants in the data collection process.
  • Informed consent and confidentiality: Personal information may be collected only after informed consent has been provided by the individual in question and that individual must be aware of the purpose of the collection. Further, confidentiality must be clearly explained to the individual before the information may be collected. Consent must be genuine, based on the data subject’s voluntary and informed decision.
  • Data protection and security: The evaluation process must adhere to international standards of data protection and data security.

TERMS & CONDITIONS

DRC will evaluate proposals and award the assignment based on technical and financial feasibility in line with DRC Procurement guidelines. DRC reserves the right to accept or reject any proposal received without disclosing reasons to applicants and is not bound to accept the lowest bidder.

CONFIDENTIALITY

All information presented, obtained, and produced is to be treated as DRC’s property and is considered confidential for all other purposes than what is outlined in these terms of reference.

Additional information

For additional information regarding these terms of reference, please send your questions to the Regional Supply Chain Manager quoting the RFP title in the subject of your email: procurement.RO01@drc.ngo

Bids can be submitted by email to the following dedicated, controlled, & secure email address:

tender.ro01@drc.ngo

When Bids are emailed, the following conditions shall be complied with:

The RFP number shall be inserted in the Subject Heading of the email:

  • Separate emails shall be used for the ‘Financial Bid’ and ‘Technical Bid’, and the Subject Heading of the email shall indicate which type the email contains
    • The financial bid shall only contain the financial bid form, Annex A.2 or vendors financial bid in own format
    • The technical bid shall contain all other documents required by the tender, but excluding all pricing information
  • Bid documents required, shall be included as an attachment to the email in PDF, JPEG, TIF format, or the same type of files provided as a ZIP file. Documents in MS Word or excel formats, will result in the bid being disqualified.
  • Email attachments shall not exceed 4MB; otherwise, the bidder shall send his bid in multiple emails.

Failure to comply with the above may disqualify the Bid.

DRC is not responsible for the failure of the Internet, network, server, or any other hardware, or software, used by either the Bidder or DRC in the processing of emails.

Bids will be submitted electronically. DRC is not responsible for the non-receipt of Bids submitted by email as part of the e-Tendering process

2025-04-26

NGO Jobs in Africa | NGO Jobs

Ngojobsinafrica.com is Africa’s largest Job site that focuses only on Non-Government Organization job Opportunities across Africa. We publish latest jobs and career information for Africans who intends to build a career in the NGO Sector. We ensure that we provide you with all Non-governmental Jobs in Africa on a consistent basis. We aggregate all NGO Jobs in Africa and ensure authenticity of all jobs available on our site. We are your one stop site for all NGO Jobs in Africa. Stay with us for authenticity & consistency.

Stay up to date

Subscribe for email updates

April 2025
MTWTFSS
« Mar  
 123456
78910111213
14151617181920
21222324252627
282930 
RSS Feed by country:

hello@ngojobsinafrica.com
BBM Channel: C00457142