(RFQ) Digitalization of In-Service Training Modules Approved by Ministry of Health (MOH) For Use at Service Delivery Point (SDP) District and Central Levels of Health Supply Chain System in Rwanda: 05 August 2020

(RFQ) Digitalization of In-Service Training Modules Approved by Ministry of Health (MOH) For Use at Service Delivery Point (SDP) District and Central Levels of Health Supply Chain System in Rwanda: 05 August 2020

(RFQ) Digitalization of In-Service Training Modules Approved by Ministry of Health (MOH) For Use at Service Delivery Point (SDP) District and Central Levels of Health Supply Chain System in Rwanda: 05 August 2020

 

REQUEST FOR QUOTATIONS (RFQ)

RFP Number:               PSM-RWA-0031

Issuance Date:             July 27, 2020

Deadline for Offers:    17:00 Kigali time on August 5th, 2020

Description:                 Digitalization of In-Service Training Modules Approved by Ministry of Health (MOH) For Use at Service Delivery Point (SDP), District and Central Levels of Health Supply Chain System in Rwanda

For:                              USAID Global Health Supply Chain Program – Procurement and Supply

Management (GHSC-PSM) project

Funded By:                  United States Agency for International Development (USAID),

Contract No. AID-OAA-I-15-00004; Task Order 1 no. AID-OAA-TO-15-00007; Task Order 2 no. AID-OAA-TO-15-00009; Task Order 3 no. AID-OAA-TO-15- 00010; AID-OAA-TO-16-00018

Implemented By:         Chemonics International Inc.

Point of Contact:          PSM Rwanda Operations OperationProcurement@ghsc-psm.org

***** ETHICAL AND BUSINESS CONDUCT REQUIREMENTS *****

Chemonics is committed to integrity in procurement, and only selects suppliers based on objective business criteria such as price and technical merit. Chemonics expects suppliers to comply with our Standards of Business Conduct, available at https://www.chemonics.com/our-approach/standards-business-conduct/.

Chemonics does not tolerate fraud, collusion among offerors, falsified proposals/bids, bribery, or kickbacks. Any firm or individual violating these standards will be disqualified from this procurement, barred from future procurement opportunities, and may be reported to both USAID and the Office of the Inspector General.

Employees and agents of Chemonics are strictly prohibited from asking for or accepting any money, fee, commission, credit, gift, gratuity, object of value or compensation from current or potential vendors or suppliers in exchange for or as a reward for business. Employees and agents engaging in this conduct are subject to termination and will be reported to USAID and the Office of the Inspector General. In addition, Chemonics will inform USAID and the Office of the Inspector General of any supplier offers of money, fee, commission, credit, gift, gratuity, object of value, or compensation to obtain business.

Offerors responding to this RFQ must include the following as part of the proposal submission:

  • Disclose any close, familial, or financial relationships with Chemonics or project staff. For example, if an offeror’s cousin is employed by the project, the offeror must state this.
  • Disclose any family or financial relationship with other offerors submitting proposals. For example, if the offeror’s father owns a company that is submitting another proposal, the offeror must state this.
  • Certify that the prices in the offer have been arrived at independently, without any consultation, communication, or agreement with any other offeror or competitor for the purpose of restricting competition.
  • Certify that all information in the proposal and all supporting documentation are authentic and accurate.
  • Certify understanding and agreement to Chemonics’ prohibitions against fraud, bribery and kickbacks.

Please contact Mrs. Inès K. Gege Buki Country Director IBuki@ghsc-psm.org with any questions or concerns regarding the above information or to report any potential violations. Potential violations may also be reported directly to BusinessConduct@chemonics.com or by phone/Skype at 888.955.6881.

Section 1: Instructions to Offerors

1.    Introduction:  The USAID Global Health Supply Chain Program–Procurement and Supply Management (GHSC-PSM) Project is a USAID program implemented by Chemonics International in Rwanda. The goal of the GHSC-PSM Rwanda is to is to support the government of Rwanda through MOH to ensure uninterrupted supplies and good management of health commodities at all levels of supply chain system. As part of project activities, the GHSC-PSM Rwanda requires the purchase of the Training Modules Digitalization. The GHSC-PSM Rwanda has supported the MOH to develop two modules that will be used for in-service training of the existing health supply chain workforce and on-boarding new workforce in order to help them improve their competencies and manage health commodities more effectively. The development and validation of the two modules, one for service delivery point level and another for both district and central levels have been successfully done. The MOH has approved one module and will soon be approving the second module. In order to ease access of these modules, the MOH has decided to digitalize and host these modules on online learning platforms available through Regional Center of Excellence for Vaccines Immunization and Health Supply Chain Management (RCE-VIHSCM). The purpose of this RFQ is to solicit quotations for these services.

In line with the digitalizing the module, a team composed by MOH, GHSC-PSM, and RCE-VIHSCM representatives has agreed to move on with digitalizing the first module while waiting for the second module to be approved. Once the second module is approved the same process will be followed so that both modules are digitalized and hosted by the RCE-VIHSCM.

Offerors are responsible for ensuring that their offers are received by Chemonics in accordance with the instructions, terms, and conditions described in this RFQ.  Failure to adhere with instructions described in this RFQ may lead to disqualification of an offer from consideration.

2.  Offer Deadline and Protocol:  Offers must be received no later than 17:00 Kigali local time on August 5th, 2020 by email delivery. All offers must be sent via email to OperationProcurement@ghsc-psm.org.

Please reference the RFQ number in any response to this RFQ. Offers received after the specified time and date will be considered late and will be considered only at the discretion of Chemonics.

3.    Questions: Questions regarding the technical or administrative requirements of this RFQ may be submitted no later than17:00 Kigali time on July 31st, 2020 by email OperationProcurement@ghsc-psm.org. Questions must be submitted in writing; phone calls will not be accepted. Questions and requests for clarification—and the responses thereto—that Chemonics believes may be of interest to other offerors will be circulated to all RFQ recipients who have indicated an interest in bidding.

Only the written answers issued by Chemonics will be considered official and carry weight in the RFQ process and subsequent evaluation. Any verbal information received from employees of Chemonics or any other entity should not be considered as an official response to any questions regarding this RFQ.

4.   Scope of Work Section 3 contains the Scope of Work for the required services.

5.    Quotations Quotations in response to this RFQ must be priced on a fixed-price, all-inclusive basis. Prices must be presented in US dollars or Rwanda Francs for Rwanda registered vendors. Prices must be inclusive of all costs. Offers must remain valid for not less than Sixty (60) calendar days after the offer deadline. Offerors are requested to provide quotations on their official quotation format or letterhead; in the event, this is not possible, offerors may complete the table in Section 3.

In addition, offerors responding to this RFQ are requested to submit the following:

  • Organizations responding to this RFQ are requested to submit a copy of their official registration and VAT
  • Individuals responding to this RFQ are requested to submit a copy of their identification

The price quotation be submitted separately from above documents All other parts of this quotation must not make reference to pricing data in order that the technical evaluation may be made strictly on the basis of technical merit.

6.    DeliveryAs part of its response to this RFQ, each offeror is expected to provide an estimate (in calendar days) of the delivery timeframe (after receipt of order). The delivery estimate presented in an offer in response to this RFQ must be upheld in the performance of any resulting contract

7.    Source/Nationality/Manufacture: All services offered in response to this RFQ or supplied under any resulting award must meet USAID Geographic Code 935 in accordance with the United States Code of Federal Regulations (CFR), 22 CFR §228. The cooperating country for this RFQ is Rwanda.

Offerors may not offer or supply services or any commodities that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Cuba, Iran, North Korea, Syria.

8.    Taxes and VAT: In accordance with the agreement under which this procurement is financed, Chemonics will be reimbursed by the Cooperating Country government for taxes imposed on suppliers and subcontractors. Therefore, offerors must include taxes, VAT, charges, tariffs, duties and levies in accordance with the laws of the Cooperating Country.  If selected for award, the selected supplier will cooperate in providing Chemonics with the documentation necessary to obtain tax reimbursement.

9.    DUNS NumberCompanies or organizations, whether for-profit or non-profit, shall be requested to provide a Data Universal Numbering System (DUNS) number if selected to receive an award in response to this RFQ valued greater than or equal to USD$30,000 (or equivalent in other currency). If the Offeror does not have a DUNS number and is unable to obtain one before the submission deadline, Offeror shall include a statement noting their intention to register for a DUNS number should it be selected as the successful offeror or explaining why registration for a DUNS number is not possible. Contact Dun & Bradstreet through this webform to obtain a number: https://fedgov.dnb.com/webform. Further guidance on obtaining a DUNS number is available from Chemonics upon request.

10.    EligibilityBy submitting an offer in response to this RFQ, the offeror certifies that it and its principal officers are not debarred, suspended, or otherwise considered ineligible for an award by the U.S. Government. Chemonics will not award a contract to any firm that is debarred, suspended, or considered to be ineligible by the U.S. Government.

Evaluation and Basis for Award: The award will be made to a responsible offeror whose offer follows the RFQ instructions, meets the eligibility requirements, and is determined via a trade-off analysis to be the best value based on application of the following evaluation criteria. The relative importance of each individual criterion is indicated by the number of points below:

  • Technical – 30 points: Responsiveness to the technical specifications and requirements.
  • Delivery – 10 points: The speed of delivery.
  • After-Sales Service – 20 points: The ability for the offeror to provide after-sales services, including warranty and routine maintenance, particularly in the areas outside of the capital city. Service center(s) will be evaluated on ability to be equipped with tools, staffed with technical personnel, and stocked with spare parts for after-sales service.
  • Price – 40 points: The overall cost presented in the offer.

 Please note that if there are significant deficiencies regarding responsiveness to the requirements of this RFQ, an offer may be deemed “non-responsive” and thereby disqualified from consideration. Chemonics reserves the right to waive immaterial deficiencies at its discretion.

Best-offer quotations are requested.  It is anticipated that award will be made solely on the basis of these original quotations.  However, Chemonics reserves the right to conduct any of the following:

  • Chemonics may conduct negotiations with and/or request clarifications from any offeror prior to award.
  • While preference will be given to offerors who can address the full technical requirements of this RFQ, Chemonics may issue a partial award or split the award among various Vendors, if in the best interest of the GHSC-PSM Rwanda Project.
  • Chemonics may cancel this RFQ at any time.
  • Chemonics may reject any and all offers, if such action is considered to be in the best interest of Chemonics.

Please note that in submitting a response to this RFQ, the offeror understands that USAID is not a party to this solicitation and the offeror agrees that any protest hereunder must be presented—in writing with full explanations—to the GHSC-PSM Rwanda Project for consideration, as USAID will not consider protests regarding procurements carried out by implementing partners.  Chemonics, at its sole discretion, will make a final decision on the protest for this procurement.

11.    Terms and Conditions:   This is a Request for Quotations only. Issuance of this RFQ does not in any way obligate Chemonics, the GHSC-PSM Rwanda Project, or USAID to make an award or pay for costs incurred by potential offerors in the preparation and submission of an offer.

This solicitation is subject to Chemonics’ standard terms and conditions. Any resultant award will be governed by these terms and conditions; a copy of the full terms and conditions is available upon request. Please note the following terms and conditions will apply:

(a)    Chemonics’ standard payment terms are net 30 days after receipt and acceptance of any commodities or deliverables. Payment will only be issued to the entity submitting the offer in response to this RFQ and identified in the resulting award; payment will not be issued to a third party.

(b)    Any award resulting from this RFQ will be firm fixed price, in the form of a Purchase Order.

(c)    No services or commodities may be supplied that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Cuba, Iran, North Korea, Syria.

(d)    Any international air or ocean transportation or shipping carried out under any award resulting from this RFQ must take place on U.S.-flag carriers/vessels.

(e)    United States law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. The Vendor under any award resulting from this RFQ must ensure compliance with these laws.

Section 2: Offer Checklist

To assist offerors in preparation of the quote, the following checklist summarizes the documentation to include an offer in response to this RFQ:

  • Cover letter, signed by an authorized representative of the offeror (see Section 4 for template)
  • Official detailed technical proposal, including specifications of offered e-learning material (see Section 3 for example format)
  • Breakdown quotation, including specifications of offered services (see Section 3 for example format)
  • Copy of offeror’s registration or business license (see Section 1.5 for more details)
  • Copy of offeror’s VAT business registration (see 1.5 for more details)
  • 3 references or past performance reviews (See Section 1.5 for more details)

Section 3: Scope of Work and Technical Qualifications

3.1    ObjectivesThe main objective is to digitalize two health supply chain management in-service training modules for SDP and district and central levels of health supply chain system in Rwanda.

3.2    The skills and experience of Vendor looked for The vendor/ consulting firm should have expertise in developing Health Supply Chain Management online courses and combined learning capacity building focusing on technical Supply Chain Management (SCM) competencies. The e-learning modules should be developed in alignment with the supply chain levels in Rwanda.

3.3    The digitalization process will entail the following:

3.3.1        On the part of the platform

  • The online training portal shall provide capability to allows authorized MOH staff to access all training courses via the portal.
  • The courses will be accessible via the online training portal to the authorized staff 24h/7days anywhere and everywhere.
  • The portal shall provide capability for the Course Administrator Team to manage users’ profile and privileges
  • The portal shall provide capability to display training courses required based on users’ profile, e.g. job description and will be able to track learners progress
  • The online training portal shall have the capability to manage:

(1) trainee’s information,

(2) course taken,

(3) status of learning progress until completion,

(4) quiz at the end of learning

(5) grade score of quiz,

(6) generate electronic completion certificate when successful pass the quiz,

(7) if fail quit, repeat the quiz until trainee pass,

(8) email certificate to trainees and Course Administrator Team for record.

The portal shall provide capability to pause training session when user logoff or timeout during the training progress and then resume the session when user login again at later time.

  • The portal shall be able to track the time spent to complete the course including time start and time successfully completed.
  • The portal shall provide capability to summarize users’ training history and records. e.g. date and time course taken (start and end), title of course, status (in progress or complete) and certificate
  • The portal shall provide administrative capability for authorized Course Administrator Team to add, modify, and delete following features to:

(1) manage user account (profile and privilege),

(2) manage training courses,

(3) manage quiz content of course,

(4) set pass score level for each quiz, and

(5) manage the content of the completion certificate.

  • The portal shall have the capability for the authorized staff of the Regional Course Administrator Team to review the training progress and result of all staff online and reports for analysis.
  • The portal shall provide capability to export reports to Excel format and pdf format.
  • Provider of platform shall provide training to Course Administrator Team for:

(1) support users and maintain system,

(2) review reports,

(3) trend analysis of training outcome.

  • A developer or solution provider is required to provide detailed plan and execution of the entire digitalization process to be approved by both MOH and RCE-VIHSCM

3.3.2    Available Resources​

  • Manual Training Modules with defined objectives and training content approved by MOH and RCE-VIHSCM

The table below contains the list of services under RFQ.  Offerors are requested to provide quotations containing the information below on official letterhead or official quotation format.  In the event this is not possible, offerors may complete this Section 3 and submit a signed/stamped version to Chemonics.

Line Item

Description and Specifications

Items and Specifications Offered

Unit Price

1

Digitalization of In-Service Training Modules Approved by MOH For Use at Service Delivery Point (SDP), District and Central Levels of Health Supply Chain System in Rwanda MODULE 1

2

Digitalization of In-Service Training Modules Approved by MOH For Use at Service Delivery Point (SDP), District and Central Levels of Health Supply Chain System in Rwanda MODULE 2

Subtotal:

Other Costs (Describe: ______________________):

GRAND TOTAL [enter local currency]:

 

 Electronic deliveries shall be made by the Vendor to OperationProcurement@ghsc-psm.org.

Delivery time (after receipt of order):  _________calendar days

The delivery estimate presented in an offer in response to this RFQ must be upheld in the performance of any resulting contract.

The prices quoted above remain fixed for the next 2 months:

____Yes          ____No

Section 4: Offer Cover Letter

 The following cover letter must be placed on letterhead and completed/signed/stamped by a representative authorized to sign on behalf of the offeror:

To:                   GHSC-PSM Rwanda project -RSSB Building, Tower II, 7th floor. KN 3, African Union Blvd. Rd. – Kiyovu, Kigali

Reference:       RFQ No. PSM-RWA-0031

To Whom It May Concern:

We, the undersigned, hereby provide the attached offer to perform all work required to complete the activities and requirements as described in the above-referenced RFQ. Please find our offer attached.

We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included in the above-referenced RFQ. We further certify that the below-named firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFQ—are eligible to participate in this procurement under the terms of this solicitation and under USAID regulations.

Furthermore, we hereby certify that to the best of our knowledge and belief:

  • We have no close, familial, or financial relationships with any Chemonics or GHSC-PSM Rwanda project staff members;
  • We have no close, familial, or financial relationships with any other offerors submitting quotes in response to the above-referenced RFQ; and
  • The prices in our offer have been arrived at independently, without any consultation, communication, or agreement with any other offeror or competitor for the purpose of restricting competition.
  • All information in our quote and all supporting documentation is authentic and accurate.
  • We understand and agree to Chemonics’ prohibitions against fraud, bribery, and kickbacks.

We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and complete.

Authorized Signature:                                                                                                       

Name and Title of Signatory:                                                                                            

Date:                                                                                                                                 

Company Name:                                                                                                               

Company Address:                                                                                                                       

Company Telephone and Website:                                                                                               

Company Registration or Taxpayer ID Number:                                                               

Company DUNS Number:                                                                                                            

Does the company have an active bank account (Yes/No)?                                                         

Official name associated with bank account (for payment):                                                         

Section 5: Federal Funding Accountability and Transparency Act (FFATA) Subaward Reporting Questionnaire

 If the offeror is selected for an award valued at $30,000 or above, and is not exempted based on a negative response to Section 3(a) below, anyfirst-tier subaward to the organization may be reported and made public through FSRS.gov in accordance with The Transparency Acts of 2006 and 2008. Therefore, in accordance with FAR 52.240-10 and 2CFR Part170, if the offeror positively certifies below in Sections 3.a and 3.b and negatively certifies in Sections 3.c and 3.d, the offeror will be required to disclose to Chemonics for reporting in accordance with the regulations, the names and total compensation of the organization’s five most highly compensated executives. By submitting this quotation, the offeror agrees to comply with this requirement as applicable if selected for a subaward.

In accordance with those Acts and to determine applicable reporting requirements, Company Name certifies as follows:

a)    In the previous tax year, was your company’s gross income from all sources above $300,000?

 Yes  No

b)    In your business or organization’s preceding completed fiscal year, did your business or organization (the legal entity to which the DUNS number belongs) receive (1) 80 percent or more of its annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements?:

 Yes  No

c)    Does the public have access to information about the compensation of the executives in your business or organization (the legal entity to which the DUNS number it provided belongs) through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986? (FFATA § 2(b)(1)):

 Yes  No

d)    Does your business or organization maintain an active registration in the System for Award Management (www.SAM.gov)?

 Yes  No

I hereby certify that the above statements are true and accurate, to the best of my knowledge.

Authorized Signature:                                                                                                       

Name and Title of Signatory:                                                                                            

Date:                                                                                                                                 

Attachment

RFQ 0031 DIGITALIZATION OF IN-SERVICE TRAINING MODULES2766def9a76cb28470552ac89e7634e6

 





CLICK HERE TO JOIN MUCURUZI.COM WHATSAPP BUSINESS GROUP





Kindly Note

All Jobs and Opportunities Published on mucuruzi.com are completely free to apply. A candidate should never pay any fee during the recruitment Process. Even if mucuruzi.com does its best to avoid any scam job or opportunity offer, a job seeker or an opportunity seeker is 100% responsible of applying at his own risk.
Check well before applying, if you doubt about the eligibility of any offer do not apply and notifie to mucuruzi.com via this email: mucuruzi2016@gmail.com and remember to never pay any fee to have a job or get any opportunity, if you do so, do it at your own risk.








WELCOME TO OUR WHATSAPP GROUP

Related posts

Leave a Reply