INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

Size: px
Start display at page:

Download "INDIVIDUAL CONSULTANT PROCUREMENT NOTICE"

Transcription

1 INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 20 August, 2014 Country: Sudan Description of the Assignment: Training in forecasting and quantification of GFATM (Drugs & Lab Consumables Project name: Global Fund Type of Consultancy: International Period of assignment/services (if applicable): 15 Working Days Duty Station: Khartoum Sudan Offers should be submitted physically to: United Nations Development Programme (UNDP) Global Fund Programme Management Unit UNDP Compound, House 7, Block 5, Gama a Avenue, P O BOX: 913 Khartoum, Sudan, Or submitted electronically in PDF format ONLY to procurement.gf.sd@undp.org no later than 31 st August,2014, 12:00, Sudan Time. Any request for clarification must be sent in writing, or by standard electronic communication to the address: bid.queries.gfatm@undp.org. UNDP will send written copies of the response, including an explanation of the query without identifying the source of inquiry, to all contractors 1. BACKGROUND

2 UNDP is key partner to the Global Fund to fight AIDS, Tuberculosis and Malaria (Global Fund) and is the UN agency assuming the role of Principal Recipient for Global Fund grants in Sudan. In the role of Principal Recipient, UNDP is responsible for the financial and programme management of the Global Fund grants as well as procurement of pharmaceutical, non-health items and required services. In all areas of implementation, UNDP provides capacity development services to relevant institutions, sub-recipients and implementing partners. The Central Medical Supplies Corporation (CMS) and federal Ministry of Health (FMOH) in collaboration with GFATM and UNDP has undertaken several initiatives to strengthen the supply chain management system for HIV/AIDS, TB and Malaria commodities in an attempt to match the country s scale-up of HIV/AIDS, TB and Malaria services at the different levels. According to the Ministerial decree in 2011, CMS becomes responsible about the national supply chain system and coordinator of all supply chain system components including storage, distribution, reporting, forecasting and quantification, and quality assurance. Additionally, the decree called for supply chain systems integration to get the benefit of the facilities and capabilities that CMS obtained at central level and states medical supply funds at state levels. As part of its responsibilities as the PR, UNDP is currently coordinating all procurement management related activities. Furthermore UNDP is responsible for the procurement of health items and their delivery to Sudan. UNDP, through GFATM resources, has been working with the CMS to support the country s supply chain system for the three programmes for HIV/AIDS, TB and Malaria. The three vertical programmes (SNAP, NMCP and NTLP) are currently the end-beneficiaries of GFATM support, while UNDP is responsible of financially management, monitoring programme implementation, auditing and monitoring the utilization of the funds. UNDP works in coordination with CMS- PSM Unit is to coordinate forecasting, reporting, storage and deliveries for the three programs, in order to increase the efficiency and minimize the risk of wastage and of products being out of stock. Forecasting and quantification of the GFATM pharmaceuticals and lab consumables is key role in supporting the patient of the three diseases and saving the resource with low risk of treatment interruption or over stock, and it s so important that the national technical working group NTWG to be trained in the updated technique and tools in this activity, this consultancy is to support the NTWG by training the members from CMS and National program on such tools and techniques. 2. SCOPE OF WORK, RESPONSIBILITIES AND DESCRIPTION OF THE PROPOSED WORK Objective: The purpose of this consultancy is to build the capacity of the Supply Chain National technical working group in Forecasting and Quantification for pharmaceutical commodities utilizing Quantmed and Pipeline for HIV and Quant Tb software for TB commodities, in addition to quantification of lab consumables. Specific objectives: All participant acquired knowledge related to forecasting and quantification of GF commodities All participants learned best approach and methodologies to conduct forecasting and quantification All participants understand to use the tools quantimed, pipeline and quant TB for forecasting and quantification All participants acquire the required knowledge, skills and tools that enable them to forecast and quantify for lab consumables for the HIV,TB and Malaria.

3 Expected deliverables: The applicant is required to deliver Two trainings workshops as follow: 1- First training: Facilitation of Training for 10 days for the 15 Members of the NTWG in forecasting and quantification principles utilizing quantmed and pipeline for HIV and quanttb for TB. Submission of detailed Training report including pre-post test results, attendance sheets, major findings and bottle necks with recommendation for solutions. 2- Second training: Facilitation of Training for 3 days the 10 Members of the NTWG Training workshop in forecasting and quantification of lab consumables. Submission of detailed Training report including pre-post test results, attendance sheets, major findings and bottle necks with recommendation for solutions. The report should also include F&Q guidelines for lab consumables, SOPs. 3. QUALIFICATIONS Academic Qualifications: - Post graduate degree in Pharmacy, Public health, or procurement & supply management. - Certified in forecasting and quantification tools namely quantmed & pipeline for HIV and/or quant TB for TB. Experience: - Minimum 5 years experience in pharmaceutical and supply chain management including 3 years of relevant experience in Forecasting & Quantification training in pharmaceutical supply chain capacity building institute. - Professional knowledge on Forecasting & Quantification principles, Tools and methods. - Past experience in facilitating trainings in forecasting and quantification utilizing tools as quantmed & pipeline for HIV and/or quant TB for TB - Past experience in facilitating trainings in forecasting and quantification for lab consumables. - Previous similar training experience in Sudan or similar context is an asset. Competencies: - Fluency in English is mandatory. - Excellent communication, inter-personal and facilitation skills - Ability to work in context of diversity, - Creativity in conducting training sessions, - Skillful in managing participative training, facilitating focus group discussion and leading team work. 4. PROPOSAL Technical proposal: - (i) Explaining why they are the most suitable for the work - (ii) Provide a brief methodology on how they will approach and conduct the work. - Provide a brief methodology on the training approach, tools and detailed timetable to achieve the specific objectives mentioned above under point 2

4 Financial Proposal Lump sum contracts - The financial proposal shall specify a total lump sum amount, and payment terms around specific and measurable (qualitative and quantitative) deliverables (i.e. whether payments fall in installments or upon completion of the entire contract). Payments are based upon output, i.e. upon delivery of the services specified in the TOR. In order to assist the requesting unit in the comparison of financial proposals, the financial proposal will include a breakdown of this lump sum amount (including travel, per diems, and number of anticipated working days). - It is planned that the consultancy takes place between 15 and 30 September. Actual dates may change bases on agreements with the selected contractor. Travel: - All envisaged travel costs must be included in the financial proposal. This includes all travel to join duty station/repatriation travel. In general, UNDP should not accept travel costs exceeding those of an economy class ticket. Should the IC wish to travel on a higher class he/she should do so using their own resources. - In the case of unforeseeable travel, payment of travel costs including tickets, lodging and terminal expenses should be agreed upon, between the respective business unit and Individual Consultant, prior to travel and will be reimbursed 5. EVALUATION - Individual consultants will be evaluated based on the following methodologies: - - Cumulative analysis - When using this weighted scoring method, the award of the contract should be made to the individual consultant whose offer has been evaluated and determined as: - a) responsive/compliant/acceptable, and - b) Having received the highest score out of a pre-determined set of weighted technical and financial criteria specific to the solicitation. - * Technical Criteria weight; [70% as a minimum ] - * Financial Criteria weight; [30%] - Only candidates obtaining a minimum of 70% point would be considered for the Financial Evaluation Evaluation Grid Weight Total Obtainable Marks A. Technical Evaluation Criteria 70% 700-1) Post graduate degree in Pharmacy, Public health, or procurement and supply management ) Previous knowledge and experience in conducting and implementing F&Q training using specified tools in the ToR - 3) Training, courses and Certificates obtained in the Relevant Areas of Expertise - 4) Demonstrated understanding of the ToR, particularly the scope of works and deliverables as described in the TOR. 30% % % % 140

5 - SUB TOTAL (A) 100% B. Financial Proposal 30% b. Financial Proposal (Please refer to the Breakdown of Cost Template enclosed in the bidding document under Offeror s Letter to UNDP for detailed preparation of Financial Proposal) - SUB TOTAL (B) 30% GRAND TOTAL (A+B) 100% 1,000 ANNEXES: ANNEX 1 - BREAKDOWN OF COSTS SUPPORTING THE ALL-INCLUSIVE FINANCIAL PROPOSAL ANNEX 2- INDIVIDUAL CONSULTANT GENERAL TERMS AND CONDITIONS.

6 ANNEX 1 BREAKDOWN OF COSTS SUPPORTING THE ALL-INCLUSIVE FINANCIAL PROPOSAL Breakdown of cost by components: Professional Fees Cost Components Unit Cost Quantity Total Rate for the DSA (Daily substance allowance) Insurance Round Trip Airfares to and from duty station Others (pls. specify) Total contract duration

7 ANNEX 2