PLAN INTERNATIONAL has floated a tender for Global Fund New Funding Model 2 (NFM2) Malaria Program (2018-2021). The project location is Liberia and the tender is closing on 06 Apr 2019. The tender notice number is , while the TOT Ref Number is 31897698. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Liberia

Summary : Global Fund New Funding Model 2 (NFM2) Malaria Program (2018-2021)

Deadline : 06 Apr 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 31897698

Document Ref. No. :

Competition : ICB

Financier : Global Fund to Fight AIDS, Tuberculosis and Malaria (GFFATM)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : PLAN INTERNATIONAL
PO Box 1021 Congo Town, Old Sophie Road Monrovia Tel: +231-777-12903
Liberia
Email :liberia.consultantsinfo@plan-international.org

Tender Details

Request for proposals are invited for Global Fund New Funding Model 2 (NFM2) Malaria Program (2018-2021) in Liberia.

Assignment: Conduct a baseline survey on gender equality in four counties in Liberia where the Global Fund (GF) funded Malaria project is being implemented by Plan International Liberia: Bomi, Lofa, Margibi and Nimba.

Issuing date: March 20th, 2019

Closing date: April 6th, 2019

Period of Contract: April 12th – May 12th, 2019
Contracting Agency: Plan International Liberia
Contact: liberia.consultantsinfo@plan-international.org
Contract Manager: Musa Sanoe

Interested individuals, firms and institutions can submit their application no later than April 5th, 2019 at 4:30 p.m. local time. Please submit a written technical proposal including a detailed budget to liberia.consultantsinfo@plan-international.org and if you have further questions, please send them to the same email address up to March 26th, 2019. No questions will be addressed after this date.

PLEASE NOTE THAT NO HARD COPIES OF PROPOSALS WILL BE ACCEPTED, AND FOLLOW-UP TELEPHONE CALLS ARE NOT NECESSARY. SHORT LISTED INDIVIDUALS/FIRMS WILL BE DULY INFORMED.

1. PURPOSE OF THE REQUEST FOR PROPOSAL (RFP)

To select a consultant firm or a team of consultants to enter into negotiations with Plan International Liberia (PIL) for a service contract to conduct a gender baseline survey of the Global Fund New Funding Model 2 (NFM2) Malaria Program in Liberia currently being implemented from July 1st, 2018 until June 30th, 2021 by PIL in 13 districts1 in 4 counties across the country in line with the National integrated community case management (iCCM) program and the newly rolled-out National Community Health Policy. The gender baseline survey is intended to produce data to improve PIL’s knowledge on gender related issues such as adolescent girls and women’s roles and responsibilities, social norms, decision making at household level, access to and control over resources, engagement of men in childcare and health seeking behavior with regards to malaria in the areas where the Malaria Program is being implemented by PIL from 2018-2021.

GENERAL REQUIREMENTS AND CRITERIA FOR EVALUATION OF CANDIDATES a. Proposal Presentation Proposals should be as thorough and detailed as possible so that the selection committee may properly evaluate the capabilities to provide the required services. Bidders are required to submit the following items as a complete proposal: 1. A Technical Component made up of a brief written narrative statement including (limit to 10 pages): ? A technical proposal in English outlining how the firm or team will carry out the work and its ability to deliver on the required and desired deliverables expressed in section 5 below, entitled Terms of Reference; ? The experience and information on the variety of services provided by your firm or team to successfully satisfy the requirements of this consultancy; ? The expertise of your staff/team members and anticipated subcontractors which will assure that all personnel assigned to perform under a resultant contract shall be capable and qualified in the work assigned to them; ? Resumés of all staff/team members and subcontractors committed to the contract, identifying their roles and the team leader; ? The Consultant firm or associates will provide the name of three references rating their satisfaction and the quality of a baseline or evaluation conducted by the consultant. 2. A Financial costing and quote for the consultancy should be provided in any format deemed suitable by the bidder; (see section 3c below for more details) 3. Financial costing must be done in United States Dollars (USD); 4. Other information that was not specifically requested in this RFP that should be considered in the evaluation of the response may be included at the end of the proposal.

Candidates scoring a minimum 55 points on the presentation will be allowed to move into final selection
phase. They will be ranked on an eligibility list for a potential offer, starting with the candidate with the
highest total proposal rating (see below section 3d). The minimum cumulative passing score for the
combined technical component (technical written submission + presentation) is 125 points out of a
maximum of 180.
c. Financial Component Criteria and Rating
The financial proposal must contain fees/remuneration, training cost, printing, stationeries, and vehicle
rental deemed appropriate by the candidates for the work required for a high-quality evaluation. No
particular format is required by PIL, but detailed information will allow for better understanding and
higher rating.

The contract price shall be as per total cost of winning proposal which shall account for all professional
fees (of consultants and survey teams, data management, report preparations), operational expenses (per
diem, hotel accommodations and transportation of survey teams, vehicles rental, IT tools, etc.) training
to survey teams, and materials including survey questionnaires, forms and writing materials, overhead
and profit. Cost of progress or report sharing meetings are not included in the contract price and shall be
provided by PIL (where applicable).
The maximum score for the financial component will be 100 points and will represent an equivalent to
30% of the total proposal rating (with 70% representing the technical component).
d. Evaluation Process and Contract Award
The technical and financial components of the proposals will be evaluated against the evaluation criteria
indicated in this section 3 and will be awarded a total maximum of 280 points (including, 100 for written
submission, 80 for interview/presentation and 100 for financial proposal). A technical proposal must
receive a minimum of 200 points out of 280 points or it will be disqualified.
Candidates will be ranked on an eligibility list for a potential offer, starting with the candidate with the
highest total proposal rating. The evaluation proposal receiving the highest total proposal rating on 100%
represents the best value to PIL with the combined technical component valued at 70% and the financial
component 30%. The successful firm or candidate will be invited to negotiate a service contract for the
duration of the assignment and how the budget will be allocated. The Consultant will perform the services
under the contract as an independent contractor.

Documents

 Tender Notice