INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

Similar documents
TERMS OF REFERENCE. November, 2018 December, 2018 (40 effective person days) BACKGROUND

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. 2019/UNDP-MMR/PN/002 Date: 10 January 2019

TERMS OF REFERENCE FOR INDIVIDUAL CONTRACT

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

TERMS OF REFERENCE Ref: PN/FJI Taxpayer Onboarding Digitization of the tax system in the Solomon Islands

TERMS OF REFERENCE FOR INDIVIDUAL CONTRACT. International Public Financial Management Specialist

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE TOR - CONSULTANCY IC/2012/026. Date: 16 April 2012

REQUIRED DOCUMENT FROM HIRING UNIT

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

Page 1 of 5. APPROVED e-requisition

United Nations Development Programme

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. Date 27 th of August Serbia

REQUEST FOR PROPOSAL

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

2 SCOPE OF WORK, RESPONSIBILITIES AND DESCRIPTION OF THE PROPOSED ANALYTICAL WORK

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. Serbia

Extractive Industries Transparency Initiative Report in Kyrgyzstan

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

OFFEROR S LETTER TO UNDP CONFIRMING INTEREST AND AVAILABILITY FOR THE INDIVIDUAL CONTRACTOR (IC) ASSIGNMENT

REQUIRED DOCUMENT FROM HIRING UNIT

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL. SELECTION OF CONSULTANTS- Individual

REQUEST FOR PROPOSAL (RFP)

TERMS OF REFERENCE. 2. Adaptation and implementation of this new methodological framework at national level

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

Microfinance in the Kyrgyz Republic

TERMS OF REFERENCE FOR INDIVIDUAL CONTRACT. Regional Public Financial Management Expert

Determining Fees of Former Staff Members Retired Staff Who Receive a Pension Benefit Engaging Close Relatives of UN Staff Members...

Strengthening Voice and Accountability of Citizens Participation and Oversight

TERMS OF REFERENCE FOR CONDUCTING MID-TERM EVALUATION FOR MALARIA PROJECT IN GEITA

ANNEX III OFFEROR S LETTER TO UNDP CONFIRMING INTEREST AND AVAILABILITY FOR THE INDIVIDUAL CONTRACTOR (IC) ASSIGNMENT

Terms of Reference (ToR)

National Pharmaceutical Sector Form of Mongolia

THE GLOBAL FUND to Fight AIDS, Tuberculosis and Malaria

Standard Request for Proposals Selection of Consultants

Instructions to Bidders DATA SHEET

Completion Report. Project Number: Loan Number: 1645 September Kyrgyz Republic: Social Services Delivery and Finance Project

Acronyms List. AIDS CCM GFATM/GF HIV HR HSS IP M&E MDG MoH NGO PLHIV/PLH PR SR TA UN UNAIDS UNDP UNESCO UNFPA UNICEF WG WHO NSP NPA MEC

ANNEX I: TERMS OF REFERENCE (TOR)

Public Opinion Survey Residents of Kyrgyzstan

GUIDELINES 1 FOR THE USE OF THE FRAMEWORK CONTRACT BENEFICIARIES 2013 (FWC BENEF 2013) D e s c r i p t i o n. C o n d i t i o n s o f u s e.

TERMS OF REFERENCE FEASIBILITY STUDY FOR ENVIRONMENTAL TRUST FUND

REQUIRED DOCUMENT FROM HIRING UNIT

TERMS OF REFERENCE FOR INDIVIDUAL CONTRACTORS

1. The bid submission date indicated on Paragraph 4, Page 2, of the RFP is hereby amended as follows:

Adolescents 360 Baseline Survey Request for Proposals (RFP)

for facilitation and mediation

EAST AFRICAN COMMUNITY CIVIL AVIATION SAFETY AND SECURITY OVERSIGHT AGENCY

CERF Budget Template

b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and

Germany-Frankfurt-on-Main: ECB - Consultancy services for risk management PRO /S Contract notice. Services

United Nations Development Programme

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

STATE OF LOUISIANA DIVISION OF ADMINISTRATION THE OFFICE OF GROUP BENEFITS (OGB) REQUEST FOR PROPOSALS (RFP) FOR

United Nations Development Programme. UNDP Sudan. Number: GF/IC/12/010. Page 1 of 13

ORGANISATION OF EASTERN CARIBBEAN STATES

Specifications to invitation to tender COMP/2012/06

UNITED NATIONS OFFICE FOR PROJECT SERVICES (UNOPS) INTERNAL AUDIT REPORT. 19 October 2017

TERMS OF REFERENCE FOR INDIVIDUAL CONTRACT

ANNEX III OFFEROR S LETTER TO UNDP CONFIRMING INTEREST AND AVAILABILITY FOR THE INDIVIDUAL CONTRACTOR (IC) ASSIGNMENT

Call for Proposals from NGOs INSTRUCTIONS FOR PROPOSERS - NGO to implement MSS through Playback Theater Reference: LBN/CO/CFP/199/18

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE (PN-N ) for individual consultants and individual consultants assigned by consulting firms/institutions

United Nations Development Programme

Definitions. Terms of Reference

Request for Quotations (RFQ)

GLOBAL TERMS OF REFERENCE FRAMEWORK CONTRACT SERVICES FOR THE IMPLEMENTATION OF EXTERNAL AID (SIEA) 2018 EUROPEAID/138778/DH/SER/MULTI CONTENTS

Request for Quotations (RFQ)

Definition. World Bank Seminar on Procurement November 15-18, 2010, Kyiv, Ukraine. Consultant Services

TERMS OF REFERENCE CONSULTANT FOR THE DEVELOPMENT OF MONITORING AND EVALUATION MECHANISM FOR THE ASEAN LABOUR MINISTERS WORK PROGRAMME

Interest Payment on Mobile Network Operators Trust Accounts. Term of Reference

SAN FRANCISCO INTERNATIONAL AIRPORT SFO MEDICAL CLINIC RFP CONTRACT NO PRE-PROPOSAL CONFERENCE AUGUST 23, 2017

TERMS OF REFERENCE CONSULTANT FOR THE DEVELOPMENT OF MONITORING AND EVALUATION MECHANISM FOR THE ASEAN LABOUR MINISTERS WORK PROGRAMME

ETF PUBLIC PROCUREMENT. Guidelines for ETF public procurement

UNICEF Moldova. Terms of Reference

Audit of Global Fund Grants to the Central African Republic. GF-OIG February 2013

Terms of Reference. ANTI-MONEY LAUNDERING SPECIALIST For the GOVERNMENT of PAPUA NEW GUINEA

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

Checklist for Assessing Action Budget and Simplified Cost Options for Grant Contracts

Terms of Reference. External monitoring mission for the Project Mid-Term Review

REQUEST FOR PROPOSAL RFP/UNDPKEN/013/2016. Provision of Travel Management Services To UNDP Kenya and partner agencies on Long Term Agreement Basis

REQUEST FOR PROPOSALS

REQUEST FOR QUOTATION (RFQ)

TENDERING PROCEDURES

Medical Adviser of the United Nations. We will send you a confirmation of our offer once you have been medically cleared.

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

Request for Proposal (RFP)

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

Request for Quotations (RFQ)

GUIDELINES FOR CCM FUNDING

Certification of Financial Statements for ICT PSP projects

NCF 7 Project Implementation Manual

STANDARD TERMS AND CONDITIONS. 1. Introduction

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

FINANCIAL GUIDELINES. TEAM-SI-JOINT Call Brussels, 19 March 2018

Request for Proposal (RFP)

or institution which in turn is a member of the International Federation of Accountants (IFAC).

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE RSC 2018 Date: April 26, 2018

Transcription:

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 31 July 2015 Country: Kyrgyzstan, Bishkek Description of the assignment: National Consultant on Drug and Health Product Management/Pharmacologist Project name: UNDP project in support of the Government of Kyrgyzstan, funded by The Global Fund to Fight AIDS, Tuberculosis and Malaria Period of assignment/services (if applicable): September 2015 March 2016 (up to 150 working days) Proposal Submission Address 19 Razzakov St., 7th floor, room 702, Business center «Russia», Bishkek, Kyrgyzstan Subject: Tender for National Consultant on Drug and Health Product Management/Pharmacologist Deadline of Submission Date and Time : 14 August 2015, 14:00 (+6 GMT, Bishkek time) Allowable Manner of Submitting Proposals Courier/Hand Delivery ] Date, time and venue for opening of Proposals Date and Time: 14 August 2015, 14:30 local time (GMT+6) Venue : 19 Razzakov St., 7th floor, room 702, Business center «Russia», Bishkek, Kyrgyzstan Any request for clarification must be sent in writing, or by standard electronic communication to the address or e-mail procurement@gf.undp.kg before 17.00 pm 12 August, 2015. UNDP Procurement Team will respond in writing or by standard electronic mail and will send written copies of the response, including an explanation of the query without identifying the source of inquiry, to all consultants.

1. BACKGROUND UNDP is a key partner to the Global Fund to Fight AIDS, Tuberculosis and Malaria (GF) and has been nominated by the CCM to assume the role of Principal Recipient (PR) starting from 2011. In the role of PR, UNDP is responsible for the financial and programme management of the GF grant as well as procurement of pharmaceutical, health and non-health items and required services. In all areas of implementation, UNDP provides capacity development services to relevant institutions, Sub-recipients and implementing partners. UNDP has established a project in support of the Government of Kyrgyzstan, funded by the Global Fund to fight AIDS, TB and Malaria with appropriately qualified and experienced staff. National Consultant on drug and Health Product Management /Pharmacologist with the support of the PSM Team and NTP staff should be able to implement activities of the GF grants, aimed at improved access and availability of beneficiaries to quality medicines and health products, used to support the National response of Kyrgyzstan to fight TB. National Consultant is supposed to be present at UNDP GF PIU full-time during the working time to render support to UNDP GF staff in drug management. 2. SCOPE OF WORK, RESPONSIBILITIES AND DESCRIPTION OF THE PROPOSED ANALYTICAL WORK Monthly analysis of stock status and shelf-life of drugs and health products for decision making on re-distribution and potential corrective actions; Preparation of distribution plans of drugs and health products upon request of programme personnel (monthly/quarterly). Control and monitoring of enrollment of TB patients in 10 health facilities (Jalal-Abad, Osh, Batken, Talas, Issyk-Kul, Naryn and Chui oblast TB centers, National Center of Phthisis, Bishkek TB Center and SSES) and taking corrective actions and monthly update on number of patients on treatment; Quarterly follow up (contacting, sourcing and processing available data/information, compilation of needs and monitoring) with 10 health facilities patients (names, numbers), treatment regimens for further calculation of quantities of drugs to be distributed to all the regions. Preparation of the NTP official requests for procurement of the drugs and health products per the TB procurement plan and submission of the official requests for procurement to UNDP; Contribution to development Terms of References for the purpose of contracting of up to 10 local consultants in the area of inspection of pharmacies; Support to National Anti-Tuberculosis Programme (NTP) with actions to ensure effective information system on side effects. Submit monthly and quarterly reports as requested. 3. REQUIREMENTS FOR EXPERIENCE AND QUALIFICATIONS I. Academic Qualifications: Bachelor degree in medicine with specialization in clinical pharmacology II. Years of experience: At least 3 years of experience in drug management in programme related to TB treatment; At least 2 years of experience in the field of supply chain management of drugs and health

commodities (including inventory, quantification and forecasting) is an asset. III. Competencies: Knowledge of Russian is required and knowledge of English is an asset. 4. DOCUMENTS TO BE INCLUDED WHEN SUBMITTING THE PROPOSALS. Interested individual consultants must submit the following documents/information to demonstrate their qualifications: 1. Proposal: (i) Signed personal history form P.11 (including past experience in similar projects); (ii) At least 2 recommendation letters from previous employers. 2. Signed confirmation of interest and submission of financial proposal form (the form is attached), - Annex 3, Financial Proposal Form 3. Copy of ID (passport) 4. Copy of Diploma 5. FINANCIAL PROPOSAL Contracts based on lump-sumlump sum contracts The financial proposal shall specify a total lump sum amount, and payment terms around specific and measurable (qualitative and quantitative) deliverables. 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). Preferred currency of Offer: US dollars (USD). The financial proposal will specify the daily fee, travel expenses and living allowances quoted in separate line items, and payments are made to the Individual Consultant based lump sum. For local contractors in Kyrgyzstan UNDP shall effect payment in Kyrgyz Som based on the prevailing UN operational rate of exchange on the month of payment. The prevailing UN operational rate of exchange is available for public from the following link: http://treasury.un.org/operationalrates/operationalrates.aspx 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. Please be guided by the attached monitoring visits plan when preparing your financial proposal.

Monitoring visits plan Oblast # of days Covered districts 1 Batken 1 one travel for 3 days Batken Oblast TB Center, Family group Practitioners, FMCs of Batken, Leilek, Kyzyl-Kia, Kadamjai rayons 2 Chui and Bishkek 1 one travel for 5 days Kemin FMC, 2 Family Group practitioners, TB department of psychiatric hospital Chym Korgon, Chui FMC Family Group Practitioners, Kara Balta TB hospital and NTP Bishkek Note: Transportation costs for travels within Bishkek or Chui province, to be connected with travels of relevant programme staff and will be covered by UNDP GF for achieving the objectives under the present TOR. The Consultant should undertake the Basic Security in the Field - II (BSIF-II) training and Advanced Security in the Field (ASIF) tests prior to travelling. These requirements apply for all Consultants, attracted individually or through the Employer. 6. EVALUATION Offerrors will be evaluated based on the methodology of cumulative analysis. The award of the contract of individual consultant should be made to the person 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. Total score=technical Score + Financial Score Technical Criteria weight - 70%, 700 scores maximum Financial Criteria weight - 30%. 300 scores maximum Only candidates obtaining a minimum of 490 from 700 point in the Technical part of evaluation would be considered for the Financial Evaluation The lowest technically qualified proposal receives 300 points and all the other technically qualified proposals receive points in inverse proportion according to the formula: P=Y*(L/Z), where P=points for the financial proposal being evaluated Y=maximum number of points for the financial proposal L= price of the lowest price proposal Z=price of the proposal being evaluated The selection of candidates will be done in 3 stages: 1st stage: Prior to detailed evaluation, all applications will be thoroughly screened against eligibility criteria (minimum qualification requirements) as set in the present TOR in order to determine whether they are compliant/non-compliant.

Eligibility Criteria 1 Bachelor degree in medicine with specialization in clinical pharmacology 2 At least 3 years of experience in drug management in programme related to TB treatment 3 At least 2 years of experience in the field of supply chain management of drugs and health commodities (including inventory, quantification and forecasting) 2nd stage: Technical Evaluation of technical proposals Interview Short-listed candidates will be evaluated based on the following criteria. Only candidates obtaining a minimum of 490 points (70%) at the Technical Evaluation would be considered for the Financial Evaluation. Criteria Weight Max. Point Technical: 70% 700 At least 3 years of experience in drug management in programme related to TB treatment For each additional year of experience 20 points, but no more 100 points in total At least 2 years of experience in the field of supply chain management of drugs and health commodities (including inventory, quantification and forecasting) is an asset For each additional year of experience 20 points, but no more 100 points in total Language skills: Knowledge of Russian 40-50 points - excellent 39-20 points good 19-10 points satisfactory 0-9 points poor Knowledge of English is an asset 20-30 points - excellent 10-19 points good 0 9 points poor 300 100 120 100 50 30 Financial 30% 300 3rd stage: Financial evaluation (according to the method described above) Cumulative analysis will be used based on the following methodology: All the offers of individual consultants who scored 490 (70% from 700) and more points during the desk review are acceptable for financial evaluation. The lowest financial qualified proposal receives 300 points and all the other technically qualified proposals receive points in inverse proportion according to the formula:

Formula applied P=y(µ/z) P=points for the financial proposal being evaluated y=maximum number of points for the financial proposal equal to 300 µ=the lowest priced proposal z=price of the proposal being evaluated The candidate achieving the highest cumulative score for both Technical and Financial evaluations will be recommended by the Evaluation Committee for contracting. ANNEX ANNEX 1- TERMS OF REFERENCES (TOR) ANNEX 2- INDIVIDUAL CONSULTANT GENERAL TERMS AND CONDITIONS ANNEX 3- CONFIRMATION OF INTEREST AND FINANCIAL PROPOSAL FORM