microsoft word - rfp gavi ins evaluation

24
RFP GAVI ALLIANCE-07-06 Consultancy Services 1 GAVI ALLIANCE REQUEST FOR PROPOSAL FOR CONSULTANCY SERVICES JULY 2007

Upload: mike97

Post on 18-Nov-2014

771 views

Category:

Technology


0 download

DESCRIPTION

 

TRANSCRIPT

Page 1: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

1

GAVI ALLIANCE

REQUEST FOR PROPOSAL

FOR

CONSULTANCY SERVICES

JULY 2007

Page 2: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

2

The Global Alliance for Vaccines and Immunization

(GAVI ALLIANCE)

Wishes to Contract

CONSULTANCY SERVICES FOR CONDUCTING AN EVALUATION OF GAVI’S INJECTION SAFETY SUPPORT

SEALED Proposals should be sent to: PSD Procurement (RFP-GAVI ALLIANCE-07-06) UNICEF 5-7 Avenue de la Paix 1211 Geneva 10 Switzerland It is essential that this reference RFP-GAVI ALLIANCE-07-06 is shown on the envelope containing the proposal. The Proposals MUST be received at the above address by latest 05:00 p.m. (Geneva Time) on 31 August 2007 and will be opened at 11:00 a.m. (Geneva Time) on 03 September 2007. IMPORTANT – Proposals received in any other manner will be invalidated. It is recommended to deliver the Proposal either by hand or through a private messenger service to avoid lengthened delivery lead time currently experienced for delivery of mail forwarded through the regular mail service. THIS REQUEST FOR PROPOSAL HAS BEEN PREPARED BY: GAVI ALLIANCE

Page 3: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

3

PROPOSAL FORM THIS PROPOSAL FORM must be completed, signed and returned to UNICEF not later than 31 August 2007 with the RFP documents. An outline of the proposal can be found in Annex 1 .Proposal must be made in accordance with the instructions contained in this Request for Proposal. TERMS AND CONDITIONS OF CONTRACT Any Contract resulting from this Request for Proposal shall contain UNICEF General Terms and Conditions and any other Specific Terms and Conditions detailed in this Request For Proposal. INFORMATION Any request for information regarding this Request for Proposal must be forwarded by fax to the attention of the person who is specified on 1.2 RFP Change Policy, with specific reference to the Proposal Number. The Undersigned, having read the Terms and Conditions of Request for Proposal No. RFP-GAVI ALLIANCE-07-06 set out in the attached document, hereby offers to GAVI ALLIANCE the services specified in the schedule at the price or prices quoted, in accordance with any specifications stated and subject to the Terms and Conditions set out or specified in the document. Signature: ____________________________________

Date: _____________________________________

Name & Title: _____________________________________

Company: _____________________________________

Postal Address: _____________________________________

Tel. No.: _____________________________________

Fax. No.: _____________________________________

Validity of Offer²: _____________________________________

Currency of Offer (US$ as basis): _____________________________________

² The minimum period is 60 days from the opening see 1.8

Page 4: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

4

Table of Contents PROPOSAL FORM ...................................................................................................................... 3 1 PROCEDURES AND RULES .............................................................................................. 5

1.1 ORGANISATIONAL BACKGROUND .............................................................. 5 1.2 RFP CHANGE POLICY ...................................................................................... 5 1.3 RFP RESPONSE FORMAT ................................................................................. 5 1.4 PROPOSAL OPENING ........................................................................................ 6 1.5 ASSESSMENT OF PROPOSALS ....................................................................... 6 1.6 RFP TERMS AND CONDITIONS ...................................................................... 7 1.7 CONTRACTUAL TERMS AND CONDITIONS .............................................. 7

1.8 PROPOSAL CORPORATE PROFILE .............................................................. 9 2 STATEMENT OF WORK .................................................................................................. 10

2.1 BACKGROUND INFORMATION ................................................................... 10 2.2 PURPOSE, OBJECTIVES & SCOPE OF WORK .......................................... 10 2.3 EVALUATION QUESTIONS .......................................................................... 101 2.4 METHODS ......................................................................................................... 101 2.5 SKILLS REQUIRED ........................................................................................ 101 2.6 PROPOSAL REQUIREMETNS ...................................................................... 102 2.7 OUTPUTS AND REVIEWS ............................................................................. 102 2.8 REPORTING AND TIME ................................................................................ 102 2.9 OVERSIGHT OF THE EVALUATION ......................................................... 103

ANNEX 1 ...................................................................................................................................... 15 ANNEX 2 ...................................................................................................................................... 15 ANNEX 3 ...................................................................................................................................... 20 ANNEX 4 ...................................................................................................................................... 21 ……………………………………………………………………………………...25

Page 5: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

5

1 PROCEDURES AND RULES

1.1 ORGANISATIONAL BACKGROUND

The Global Alliance for Vaccines and Immunization (GAVI ALLIANCE) is an alliance of public and private sector partners committed to a mission of saving children’s lives and protecting people’s health through the widespread use of vaccines. GAVI ALLIANCE is hosted by UNICEF in Geneva and follows the UNICEF rules and regulations.

1.2 RFP CHANGE POLICY

All requests for clarification or queries on this RFP must be submitted in writing (letter, e-mail or fax) to: Abdallah BCHIR (tel.: +41 22 909 6542, fax: +41 22 909 6550, [email protected]). Any information provided verbally will not be considered a fundamental change and will not alter the RFP.

Inquiries received less than seven (7) calendar days prior to the bid closing date cannot be guaranteed a response. Only written inquiries will be considered. A response to written queries will be publicly provided to all Proposers in writing and posted on the GAVI ALLIANCE website. Erasures or other corrections in the proposal must be explained and the signature of the Proposer shown alongside. All changes to a proposal must be received prior to the closing time and date. It must be clearly indicated that it is a modification and supersedes the earlier proposal, or state the changes from the original proposal. Proposals may be withdrawn by written or faxed request received from Proposers prior to the opening time and date. Proposers are expected to examine all instructions pertaining to the work. Failure to do so will be at Proposer’s own risk.

1.3 RFP RESPONSE FORMAT

Proposers are requested to confirm no later than 30 July 2007 their intention to submit, by sending an e-mail to Abdallah BCHIR ([email protected]). Offers should be submitted in ENGLISH and must be received not later than 31 August 2007 (17h00 Geneva Time) at the UNICEF office in Geneva (see address on page 2) in six (06) original copies duly signed and dated. In addition, each vendor is requested to send one copy by e-mail to [email protected]). The Proposer must submit sealed proposal, ensuring separate binder for the Technical Proposal and the Cost Proposal. The Cost Proposal must be submitted in a sealed envelope separate from the rest of the proposal. Prices or rates shall not appear in any other part of the proposal. Sealed Proposals must be securely closed in a suitable envelope, clearly marked on the outside with the RFP number and despatched to arrive at the UNICEF office indicated no later than the closing time and date. Proposals received in any other manner will be invalidated. Sealed proposals received prior to the stated closing time and date will be kept unopened. They will be publicly opened by an authorized representative of UNICEF when the specified time has arrived and no proposal received thereafter will be considered. UNICEF will accept no responsibility for the premature opening of a proposal not properly addressed or identified. Any delays encountered in the mail delivery will be at the risk of the Proposer. Offers delivered at a different address or in a different form than prescribed in this RFP, or which do not respect the required confidentiality, or received after the designated time and date, will be rejected. GAVI reserves the right to invalidate any proposal for reasons mentioned above, and, unless otherwise

Page 6: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

6

specified by UNICEF, to accept any item in the Proposal. GAVI reserves the right to invalidate any Proposal received from a Proposer who has previously failed to perform properly or complete contracts on time, or a Proposal received from a Proposer who, in the opinion of GAVI, is not in a position to perform the contract.

All references to descriptive material and brochures should be included in the appropriate response paragraph, though the material/documents themselves may be provided as annexes to the proposal/response. The Proposer must also provide sufficient information in the proposal to address each area of the Request for Proposal contained in 1.7 to allow the evaluation team to make a fair assessment of the company and its proposal.

Information, which the Proposer considers proprietary, should be clearly marked "proprietary", if any, next to the relevant part of the text, and UNICEF will treat such information accordingly.

1.4 PROPOSAL OPENING

Due to the nature of this Request for Proposal, proposals will be publicly opened at UNICEF, 5-7 Avenue de la Paix, 1211 Geneva 10, Switzerland at 11:00 am (Geneva time) on 03 September 2007.

1.5 ASSESSMENT OF PROPOSALS

After the public opening, each proposal will be assessed first on its technical merits and subsequently on its price. GAVI ALLIANCE has set up a steering committee and their conclusions will be forwarded to the internal UNICEF Contract Review Committee.

The steering committee will first evaluate each response for compliance with the requirements of this RFP. Responses deemed not to meet all requirements will be considered non-compliant and rejected at this stage without further consideration.

Failure to comply with any of the terms and conditions contained in this RFP, including the provision of all required information, may result in a response or proposal being disqualified from further consideration. Only at this stage will price be considered. The price/cost of each of the technically compliant proposals shall be considered using the same methodology. The Proposers should ensure that all pricing information is provided in accordance with the Cost Proposal section contained herein. The most-favoured proposal shall be selected on the basis of the best overall value to GAVI in terms of both technical score/merit and price. The criteria to be used to assess the proposals are the following:

o Team capabilities (40%)

Page 7: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

7

Team leader Technical capabilities Experience in GAVI working environment Experience of working with global partnerships

o Technical aspects (40%)

Methodology (20%) • Understanding the evaluation questions • Assessment of quality of information and inclusiveness of

sources • Clear description and justification of the methodology

Implementation (20%) • Continuity of leadership • Realistic timeline to meet deadlines • Quality control mechanism • Responsiveness to the RFP

o Financial bid (20%)

Overall cost Value for money Realistic costing of the proposal

1.6 RFP TERMS AND CONDITIONS

This RFP, along with any responses there to, shall be considered the property of GAVI ALLIANCE and the proposals will not be returned to their originators. In submitting this proposal the Proposer will accept the decision of GAVI ALLIANCE as to whether the proposal meets the requirements stated in this RFP.

GAVI ALLIANCE reserves the right to: • Contact any or all references supplied by the Proposer. • Request additional supporting or supplementary data (from the Proposers). • Arrange interviews with the Proposers (Project Team/Consultants). • Reject any or all proposals submitted. • Accept any proposal in whole or in part. • Negotiate with the most favourable Proposer (s).

. GAVI ALLIANCE will treat in confidence those parts of the RFP proposal that are marked "confidential." Proposal must be valid for a minimum of sixty (60) days from the date of opening of this RFP and must be signed by an authorised representative of the company (ies). The Proposers are requested to indicate the validity period of their proposal on the Proposal Form. GAVI ALLIANCE may also request for an extension of the validity of the proposal.

GAVI ALLIANCE shall not be held responsible for any costs incurred by the Proposers in the preparation of their proposal in response to this RFP.

1.7 CONTRACTUAL TERMS AND CONDITIONS

The UNICEF General Terms and Conditions attached, as Annex 2 will form part of any contract

Page 8: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

8

resulting from this RFP. The resulting contract will define all applicable authorities related to this requirement. GAVI ALLIANCE will, together with the selected Contractor, determine the criteria for fulfilment of the contract. The contract shall be for a firm ceiling value with fixed milestones, with firm daily rates and time to support the effort of tasks completed indicated in supporting invoice documentation. Any applicable travel expenses and Per Diems specified for any proposed consultants must be included in detail in the proposal as per UNICEF travel rules. Furthermore, these travel rules require that travel arrangements be made by most economic and direct route. Pursuant to the resulting contract, the Contractor shall provide the services of the personnel specified in the Proposal, and be responsible for providing replacements of similar ability/ with similar qualification and training if replacement is needed. All replacements should be approved by the steering committee.

1.8 PROPOSER'S CORPORATE PROFILE

COMPANY PROFILE

The Proposer must provide the following background information about the company: • Date and country of incorporation. • Summary of corporate structure and business area. • Corporate directors and experience • Location of offices or agents • Number and type of employees. • Most recent Financial Statements.

EXPERTISE AND EXPERIENCE

The Proposer shall provide a minimum of three (3) references to clients for whom the Proposer has carried out similar projects of comparable scope and complexity. GAVI ALLIANCE may contact references for feedback on consultants / services provided by the Proposer to support similar projects.

Name and description of client company/organisation. Names of senior individuals in the client companies who were involved in the Project Scope, scale and dates of Projects. Services provided to client.

COST PROPOSAL The Cost Proposal will be divided into two budget lines as follows: fixed costs-central management, coordination costs, overhead costs; reimbursable costs-salary for evaluators, travel and miscellaneous costs for in-country work. The Currency of the proposal shall be in US Dollars. Invoice will be in US Dollars. Payment will be effected by bank transfer in the currency of billing.

The personnel, agents of the contractors shall not be considered in any respect or for any purposes whatsoever as being the employees or agents of UNICEF or GAVI ALLIANCE, nor shall any personnel, representatives or other affiliates of UNICEF be considered, for any purposes, as being employees or agents of the contractor.

UNICEF reserves itself the right to award/split the contract to one or more companies.

Page 9: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

9

Please be reminded that we have a limited grant for this RFP and have access to limited resources, as GAVI ALLIANCE is a non-profit making organisation, which raises all its funds through voluntary contributions. We are looking for a proposal which yields maximum value for money. Please submit your proposal with a proposed budget based on: - The Cost Proposal submitted shall be a separate binder from the rest of the RFP response.

- Please also include a detailed quotation per items to be funded based on the terms of reference and other relevant documents.

- Your quotation will be considered a firm high ceiling limit for the project, and not subject to revision. All prices/rates quoted must be exclusive of all taxes as UNICEF is a tax-exempt organisation.

Payment will be made only upon GAVI ALLIANCE's acceptance of the work performed in accordance with the contractual milestones. The terms of payment are Net 30 days, after receipt of invoice and acceptance of work, or earlier payment may be considered if discount for early payment is offered. The Contractors should have finalized their report on due time for the final payment including requested documents in the contract. In case of reporting delay that is not due to the conditions specified in UNICEF Terms and Conditions and not expressly reported, UNICEF reserves its rights to terminate the contract after a written notification to the company. The contract terms will be issued by UNICEF. Payment will be 20% of the total contract in advance, 40% on submission of the draft report, and the balance (which will depend on actual expenses) on completion of a satisfactory report.

Page 10: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

10

2 TERMS OF REFERENCE 2.1 BACKGROUND INFORMATION

For over five years the Global Alliance for Vaccines and Immunization (GAVI, now the GAVI Alliance) has provided support to countries for improving immunization service delivery, introducing new and underutilized vaccines and improving injection safety through the provision of auto disable syringes and safety boxes. GAVI (incorporating the GAVI Alliance and the GAVI Fund) is a Global Health Partnership of Governments, multi-laterals, the Bill and Melinda Gates Foundation, private sector vaccine industry, NGOs, and public health and research institutions. To date, 71 of the 75 countries eligible for GAVI funding have received various types of assistance. Through Injection Safety Support GAVI is aiming:

- to support eligible countries introducing new technologies - to catalyze the sustainable use of the injection safety equipment - to expand the use of INS practices to the curative services

INS support is time limited (3 years for INS) and it is expected that countries in collaboration with their partners would be able to take over. INS support could be provided:

- as supply of Auto disable syringes and safety boxes in countries not already using them - in cash in lieu of supply in countries already using them (funded by the government or partners). In

this case countries should provide a plan to describe how they plan to use the funds to improve INS practices and waste disposal.

Since its launch in 2000, the GAVI Alliance has disbursed at least $603 million in financial support to recipient countries. INS By the end of 2005, $1.7 billion had been received by the GAVI Fund, with $1.6 billion committed; and another $4 billion is expected via the new International Financing Facility for Immunisation (IFFIm) by 2015. Countries approved for INS have often reported technical and funding challenges re waste disposal in their APRs. The IRC has recognized these problems and requested WHO to take action and support countries finding appropriate solutions. WHO has already received funds from GAVI to support countries developing waste management plans.. So far GAVI support has ended in 58 countries (Annex 3) and the information provided re its replacement and sustainability is incomplete and derived from different sources.

2.2 PURPOSE, OBJECTIVES OF THE STUDY

The purpose of this study is to evaluate how countries have been able to replace in a sustainable way GAVI support when it came to an end. The findings of this evaluation will serve to better design future GAVI support in relation to sustainability. The objectives of the evaluation are:

a/ To describe the decision making process re replacing GAVI support b/ To assess how and to what extent countries have replaced GAVI support during the first year of post GAVI c/ To assess how countries have replaced GAVI support in a sustainable manner

Page 11: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

11

d/ To assess the effect on health system (expected/unexpected positive/negative effects) of INS support at the country level e/ To assess how cash funds have supported the implementation of country INS plan of actions (among those countries which have received cash in lieu of supply)

2.3 EVALUATION QUESTIONS

The evaluation questions to be addressed in this evaluation are attached (Annex 4)

2.4 METHODS

The suggested approach is only indicative and Proposers are strongly encouraged to suggest their own approaches, methodologies.

• Country selection: all countries ( see annexe2) will be assessed however with different emphasis according to the following categorization

i. Group 1 where support has ended in 2004 (emphasis on objectives a, b, c, d and e)

ii. Group 2 where support has ended in 2005 (emphasis on objectives a, b, d and e)

iii. Group 3 where support has ended in 2006 (emphasis on objectives a, d and e)

• Data collection methods

i. Telephone interviews

1. all countries

a. EPI managers following distribution of the questionnaire (MOH/EPI questionnaire) in order for the interviewees to collect the information prior to the interview and to suggest other persons to be interviewed

b. ICC members mainly WHO and UNICEF representatives following distribution of the questionnaire (partners questionnaire) in order for the interviewees to collect the information prior to the interview

c. any other relevant person (such as another partner who has been taking over, the ministry of finance, the ministry of environment…) according to the outcome of the above mentioned interviews

2. Regional offices with the objectives of collecting any relevant information such as studies,… and to gather their assessment of the current situation and perspectives (regional questionnaire). The regional level would be interviewed after the country level

a. WHO: regional officer in charge of INS

b. UNICEF: regional health officer

ii. Desk review : all countries

Page 12: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

12

1. Country applications to GAVI

2. Country annual progress reports from the beginning of INS support. Even reports following the end of support will be reviewed as countries are supposed to report on INS (sustainability) on an annual basis.

3. WHO and other partner’s studies and reports

4. Minutes of WHO teleconferences

iii. Country visits: following the above mentioned interviews and desk review, 2 regional meetings will be organized ( One in the African region and the other in the Asian region) to discuss the results and the appropriateness (added value, expected outcome….) of country visits and suggest the different skills needed for the country visit team. The number of country visits should not exceed 6 countries. The selected firm will be the one conducting the agreed upon visits upon presentation of an acceptable list of consultants for country visits.

• Data collection tools

i. Questionnaires for the interviews: a standard questionnaire will be prepared by the selected firm, with however different variants depending on the nature of interviewees namely :

a. EPI managers

b. ICC members

c. Regional staff

ii. Desk review frame ( to be prepared by the selected firm)

iii. Country visit plan : to be specific to each country taking into account the outcomes of previous interviews, desk review and regional meetings

2.5 SKILLS REQUIRED The team composition of the Proposer should reflect the needed expertise and knowledge to cover the questions and the criteria used to assess the proposals.

Below is an indicative list of required expertise:

• Organizational and management evaluation expertise

• Quantitative data analytical skills - with the ability to conduct analyses of trends on programmatic and financial data

• Qualitative methods and data analysis

• Vaccine and immunization knowledge, particularly in the field of injection safety

In terms of the Team Leader, s/he should have a proven track record of leading teams and conducting similar evaluations at global and/or regional and country level.

The interviewers should also demonstrate a good knowledge of immunization and injection safety issues and be fluent in the official language of the interviewees.

Page 13: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

13

2.6 PROPOSAL REQUIREMENTS

The proposal should set out the evaluation team’s approach to undertaking this evaluation. The proposal should include:

• A brief statement outlining the Proposer’s understanding of the tasks and requirements of the work to be conducted

• A statement of the methodology the Proposer intends to use, including key assumptions, sources of information, inclusive consultation and justifications of the methodological choices.

• A detailed description of in-house quality assurance mechanisms for enduring proper monitoring of work progress and for ensuring the quality of deliverables

• Details of the roles and responsibilities of various team members and procedures to ensure team leadership continuity

• Work plan and timeline • Detailed cost proposal

• Given the fact that neither the number nor the geographical location of countries to be visited is know, we suggest providing an average cost (both fixed and reimbursable) per country to be multiplied by six. The final cost will be provided after the country selection.

• The Proposers will not have to estimate the cost for the two meetings which will be organized and paid for by GAVI secretariat. However the cost of the team member to attend and present the results will have to be considered in the financial bid.

2.7 OUTPUTS AND REVIEWS

The successful Proposer will be expected to produce the following deliverables:

• An inception report presenting details of the methodological approach, work plan, tools (including the questionnaires to be used) and timeline, during the initial ‘start up’ phase of the study and prior to the commencement of data collection.

• A draft consolidated analysis of the preliminary findings based on the interviews and desk review

• A presentation of the preliminary findings and suggestions for country visits during the two regional meetings. It is also expected that the team will prepare a report with the main discussions and decisions regarding the countries to be visited

• Country reports

• Draft final report to be shared with partners and the steering committee

• A final report taking into account the comments received from the above mentioned sources

• A presentation to the GAVI boards on the main findings and recommendations

• A written response to the questions raised by GAVI boards

Page 14: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services

14

2.8 REPORTING & TIMING

The anticipated timeline of the project is indicated in the following table:

Milestone Expected Date

Deadline for submission of proposals 31 August 2007

Preferred Proposer informed 15 October 2007

Inception report 15 November 2007

Regional Meetings March 2008

Submission of the draft report

Submission of the final report

July 2008

September 2008

2.9 OVERSIGHT OF THE EVALUATION:

GAVI has appointed an independent, expert Steering Committee to oversee and guide this process. The Steering Committee will ensure that the work is executed in full compliance with the terms of the selected proposal and benefits from the broadest feasible set of consultations.

The role of the Steering Committee will be specifically to:

• Finalize the RFP • Review the proposals received • Make a recommendation for the selection of the Proposer(s) • Brief the successful Proposers(s) and provide guidance/instructions on changes to the suggested

approach • Review the inception reports provided by the contractors and ensure that the selected evaluation

methods are properly applied • Provide guidance to the contractors on methodological issues as requested by the contractors if

there is a significant discrepancy to the original plans • Provide comments on draft reports and instructions to the contractors regarding required and

suggested changes to ensure proper quality control • Review the final report for quality and responsiveness before its submission to the GAVI boards • Coordinate with the successful Proposer the response to any possible questions raised by the

boards following the submission of the final report

Proposers can make suggestions on the timing and nature of interactions they wish to have with the Steering Committee as part of their proposals.

The contract will be issued by the GAVI ALLIANCE to the successful Proposer. There will be a named Project Manager within the GAVI Secretariat whose role will include: handling contractual issues; arranging Steering Group interactions and distribution of papers to the Steering Group; and provision of information requested by the evaluation team.

Page 15: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-06 Consultancy Services ANNEX 1 Outline of Proposal All Proposals should address all aspects of the RFP and should include the following sections at the minimum. I. Proposal Form II. Technical Proposal Maximum: 15 pages III Proposer’s Corporate Profile (Expertise and Experience)

Financial standing as per the companies’ financial statements, List of office locations, Experience of staff to be assigned to the task with their CVs. Knowledge and experience with similar studies/assessments Please refer to section 1.5

IV. Cost Proposal

Page 16: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-04 Consultancy Services

Page

16

ANNEX 2 UNICEF GENERAL TERMS AND CONDITIONS 1. ACKNOWLEDGEMENT COPY

Signing and returning the acknowledgement copy of a contract issued by UNICEF or beginning work under that contract shall constitute acceptance of a binding agreement between UNICEF and the Contractor.

2. DELIVERY DATE

Delivery Date to be understood as the time the contract work is completed at the location indicated under Delivery Terms.

3. PAYMENT TERMS

(a) UNICEF shall, unless otherwise specified in the contract, make payment within 30 days of receipt of the Contractor's invoice, which is issued only upon UNICEF's acceptance of the work specified in the contract.

(b) Payment against the invoice referred to above will reflect any discount shown under the payment terms provided payment is made within the period shown in the payment terms of the contract.

(c) The prices shown in the contract cannot be increased except by express written agreement by UNICEF.

4. LIMITATION OF EXPENDITURE

No increase in the total liability to UNICEF or in the price of the work resulting from design changes, modifications, or interpretations of the statement of work will be authorised or paid to the contractor unless such changes have been approved by the contracting authority through an amendment to this contract prior to incorporation in the work.

5. TAX EXEMPTION

Section 7 of the Convention on the Privileges and Immunities of the United Nations provides, inter alia, that the UN, including its subsidiary organs, is exempt from all direct taxes and is exempt from customs duties in respect of articles imported or exported for its official use. Accordingly, the Vendor authorises UNICEF to deduct from the Vendor's invoice any amount representing such taxes or duties charged by the Vendor to UNICEF. Payment of such corrected invoice amount shall constitute full payment by UNICEF. In the event any taxing authority refuses to recognise the UN exemption from such taxes, the Vendor shall immediately consult with UNICEF to determine a mutually acceptable procedure.

Accordingly, the Contractor authorises UNICEF to deduct from the Contractor’s invoice any amount representing such taxes, duties, or charges, unless the Contractor has consulted with UNICEF before the payment thereof and UNICEF has, in each instance, specifically authorised the Contractor to pay such taxes, duties or charges under protest. In that event, the Contractor shall provide UNICEF with written evidence that payment of such taxes, duties or charges has been made and appropriately authorised.

Page 17: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-04 Consultancy Services

Page

17

6. LEGAL STATUS

The Contractor shall be considered as having the legal status of an independent contractor vis-à-vis UNICEF. The Contractor’s personnel and sub-contractors shall not be considered in any respect as being the employees or agents of UNICEF or GAVI.

7. CONTRACTOR'S RESPONSIBILITY FOR EMPLOYEES

The Contractor shall be responsible for the professional and technical competence of its employees and will select, for work under this Contract, reliable individuals who will perform effectively in the implementation of the Contract, respect the local customs and conform to a high standard of moral and ethical conduct.

8. INDEMNIFICATION

The Contractor shall indemnify, hold and save harmless and defend, at its own expense, UNICEF, its officials, agents, servants and employees, from and against all suits, claims, demands and liability of any nature or kind, including their costs and expenses, arising out of the acts or omissions of the Contractor or its employees or sub-contractors in the performance of this Contract. This provision shall extend, inter alia, to claims and liability in the nature of workmen compensation, product liability and liability arising out of the use of patented inventions or devices, copyrighted material or other intellectual property by the Contractor, its employees, officers, agents, servants or sub-contractors. The obligations under this Article do not lapse upon termination of this Contract.

9. INSURANCE AND LIABILITIES TO THIRD PARTIES

(a) The Contractor shall provide and thereafter maintain insurance against all risks in respect of its property and any equipment used for the execution of this Contract.

(b) The Contractor shall provide and thereafter maintain all appropriate workmen’s compensation

and liability insurance, or its equivalent, with respect to its employees to cover claims for death, bodily injury or damage to property arising from the execution of this Contract. The Contractor represents that the liability insurance includes sub-contractors.

(c) The Contractor shall also provide and thereafter maintain liability insurance in an adequate

amount to cover third party claims for death or bodily injury, or loss of or damage to property, arising from or in connection with the provision of work under this Contract or the operation of any vehicles, boats, airplays or other equipment owned or leased by the Contractor or its agents, servants, employees or sub-contractors performing work or services in connection with this Contract.

(d) Except for the workmen’s compensation insurance, the insurance policies under this Article

shall:

(i) Include a waiver of subrogation of the Contractor’s rights to the insurance carrier against UNICEF; (ii) Provide that UNICEF shall receive thirty (30) days written notice from the insurers prior to

Page 18: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-04 Consultancy Services

Page

18

any cancellation or change of coverage.

(e) The Contractor shall, upon request, provide UNICEF with satisfactory evidence of the insurance required under this Article.

10. SOURCE OF INSTRUCTIONS

The Contractor shall neither seek nor accept instructions from any authority external to GAVI represented by the Steering Team) in connection with the performance of its services under this Contract.

11. ENCUMBRANCES/LIENS

The Contractor shall not cause or permit any lien, attachment or other encumbrance by any person to be placed on file or to remain on file in any public office or on file with UNICEF against any monies due or to become due for any work done or materials furnished under this Contract, or by reason of any other claim or demand against the Contractor.

12. COPYRIGHT, PATENTS AND OTHER PROPRIETARY RIGHTS

UNICEF shall be entitled to all intellectual property and other proprietary rights including but not limited to patents, copyrights and trademarks, with regard to documents and other materials which bear a direct relation to or are prepared or collected in consequence or in the course of the execution of this contract. At UNICEF's request, the Contractor shall take all necessary steps, execute all necessary documents and generally assist in securing such proprietary rights and transferring them to the UNICEF in compliance with the requirements of the applicable law.

13. FORCE MAJEURE; OTHER CHANGES IN CONDITIONS

(a) In the event of and as soon as possible after the occurrence of any cause constituting force majeure, the Contractor shall give notice and full particulars in writing to UNICEF of such occurrence or change if the Contractor is thereby rendered unable, wholly or in part, to perform its obligations and meet its responsibilities under this Contract. The Contractor shall also notify UNICEF of any other changes in conditions or the occurrence of any event, which interferes or threatens to interfere with its performance of the Contract. On receipt of the notice required under this Article, UNICEF shall take such action as, in its sole discretion; it considers being appropriate or necessary in the circumstances, including the granting to the Contractor of a reasonable extension of time in which to perform its obligations under the Contract.

(c) Force majeure as used in this Article means acts of God, war (whether declared or not),

invasion, revolution, insurrection or other acts of a similar nature or force.

14. TERMINATION

If the Contractor fails to deliver any or all of the deliverables within the time period(s) specified in the contract, or fails to perform any of the terms, conditions, or obligations of the contract, or should the Contractor be adjudged bankrupt, or be liquidated or become insolvent, or should the contractor

Page 19: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-04 Consultancy Services

Page

19

make an assignment for the benefit of its creditors, or should a Receiver be appointed on account of the insolvency of the contractor, UNICEF may, without prejudice to any other right or remedy it may have under the terms of these conditions, terminate the Contract, forthwith, in whole or in part, upon thirty (30) days notice to the Contractor.

UNICEF reserves the right to terminate without cause this Contract at any time upon thirty (30) days prior written notice to the Contractor, in which case UNICEF shall reimburse the Contractor for all reasonable costs incurred by the Contractor prior to receipt of the notice of termination.

In the event of any termination no payment shall be due from UNICEF to the Contractor except for work and services satisfactorily performed in conformity with the express terms of this contract. Upon the giving of such notice, the Contractor shall have no claim for any further payment, but shall remain liable to UNICEF for reasonable loss or damage, which may be suffered by UNICEF for reason of the default. The Contractor shall not be liable for any loss or damage if the failure to perform the contract arises out of force majeure.

Upon termination of the contract, UNICEF may require the contractor to deliver any finished work which has not been delivered and accepted, prior to such termination and any materials or work-in-process related specifically to this contract. Subject to the deduction of any claim UNICEF may have arising out of this contract or termination, UNICEF will pay the value of all such finished work delivered and accepted by UNICEF.

The initiation of arbitral proceedings in accordance with Article 22 "Settlement of Disputes" below shall not be deemed a termination of this Contract

15. ASSIGNMENT AND INSOLVENCY 1. The Contractor shall not, except after obtaining the written consent of UNICEF, assign, transfer,

pledge or make other dispositions of the Contract, or any part thereof, of the Contractor's rights or obligations under the Contract.

2. Should the Contractor become insolvent or should control of the Contractor change by virtue of

insolvency, UNICEF may, without prejudice to any other rights or remedies, terminate the Contract by giving the Contractor written notice of termination.

16. USE OF UNITED NATIONS AND UNICEF NAME AND EMBLEM

The Contractor shall not use the name, emblem or official seal of the United Nations or UNICEF or any abbreviation of these names for any purpose.

17. OFFICIALS NOT TO BENEFIT

The Contractor warrants that no official of UNICEF or the United Nations has received or will be offered by the Contractor any direct or indirect benefit arising from this Contract or the award

Page 20: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-04 Consultancy Services

Page

20

thereof. The Contractor agrees that breach of this provision is a breach of an essential term of the Contract.

18. SETTLEMENT OF DISPUTES

Amicable Settlement

The Parties shall use their best efforts to settle amicably any dispute, controversy or claim arising out of, or relating to this Contract or the breach, termination or invalidity thereof. Where the parties wish to seek such an amicable settlement through conciliation, the conciliation shall take place in accordance with the UNCITRAL Conciliation Rules then obtaining, or according to such other procedure as may be agreed between the parties.

Arbitration

Any dispute, controversy or claim between the Parties arising out of this Contract or the breach, termination or invalidity thereof, unless settled amicably under the preceding paragraph of this Article within sixty (60) days after receipt by one Party or the other Party's request for such amicable settlement, shall be referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining. The arbitral tribunal shall have no authority to award punitive damages. In addition, the arbitral tribunal shall have no authority to award interest in excess of six percent (6%) and any such interest shall be simple interest only. The Parties shall be bound by any arbitration award rendered as a result of such arbitration as the final adjudication of any such controversy, claim or dispute.

19. PRIVILEGES AND IMMUNITIES

Nothing in or related to these General Conditions or this Purchase Order shall be deemed a waiver, express or implied, of any of the privileges and immunities of the United Nations, including its subsidiary organs.

20. CHILD LABOUR

UNICEF fully subscribes to the Convention on the Rights of the Child and draws the attention of potential suppliers to Article 32 of the Convention which inter alia requires that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child's education, or to be harmful to the child's health or physical, mental, spiritual, moral or social development.

21. AUTHORITY TO MODIFY

No modification or change in this Contract, no waiver of any of its provisions or any additional contractual relationship of any kind with the Contractor shall be valid and enforceable against

Page 21: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-04 Consultancy Services

Page

21

UNICEF unless provided by an amendment to this Contract signed by the authorised official of UNICEF.

Page 22: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-04 Consultancy Services

Page

22

ANNEX 3

ArmeniaBurundiCambodiaDjibouti (cash)EthiopiaGambiaGeorgiaKorea DRLao PDRSenegalSierra LeoneSudanUgandaYemenZambia

When will injection safety support end?

AzerbaijanBhutanBurkina FasoCamerounCARComorosCongo DRGhana (cash)IndonesiaKenyaLesothoMaliMozambiqueMyanmarNepalPakistanRwanda (cash)São ToméSomalia (cash)Tanzania (cash)TogoUzbekistan

Afghanistan(cash)AlbaniaAngolaBangladeshBoliviaChadChina (cash)CongoEritreaGuineaHaiti (cash)Honduras (cash)Kyrgyz RepMauritania (cash)NigerSri LankaTajikistanTurkmenistanUkraineViet Nam (cash)Zimbabwe

BeninGuinea BissauMongoliaNicaraguaIndiaMoldova (cash)

2004

2005

2006

2007

2008

2009

2010

BosniaCubaMadagascarMalawiLiberia

Page 23: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-04 Consultancy Services

Page

23

ANNEX 4

PROPOSED EVALUTION QUESTIONS

Decision Making Process

To what extent the major INS stakeholders (such as the ICC, MOF, INS committee) have been involved in the decision making process? What have been the major issues considered for the final decision eg existence of INS plan, injection safety assessment, monitoring of AEFI, existence of a budget line for INS, partners’ support to INS, extension or plan for extension to curative services, public and staff acceptability, issues related to waste management, any reported technical problem related to AD and safety boxes, gvt and partners willingness to take over, How could we describe the decision process in terms of timing, duration, complexity… What proportion of countries has been able to plan to take over for the year following the end of GAVI support by type provider (gvt/donor/…) and what temporary measures have been taken when a) no funding sources were available b) the funding source is only available after some delay

Replacement during the first year

To what extent the planned takeover did take place (who pays) and what are the difficulties faced during that year (delays, sufficient quantities, procurement process…)

Sustainability assessment

How sustainable was the replacement : willingness to continue support (total/partial) for longer period, existence of a country INS budget line, and of a planning for INS in the annual and cMYP Effect on health system: expected/unexpected positive/negative effect

To what extent countries have experienced positive effects on the heath system such as the creation of budget line, the extension to curative care services, the improvement or plans to improve waste management, the strengthening of human capacity and partnership. What are the negative effects such technical problems

Page 24: Microsoft Word - RFP GAVI INS evaluation

RFP GAVI ALLIANCE-07-04 Consultancy Services

Page

24

raised by the health staff regarding AD and safety boxes (difficulties to observe the bundling, stock management,…) What are the reported unexpected positive /negative effects on the health system

How could we assess the used of cash instead of supplies: relation to INS, appropriateness, efficiency,