Download as pdf or txt
Download as pdf or txt
You are on page 1of 23

REQUEST FOR PROPOSALS

INVITATION NOTICE
RFP No TGF-24-39

Local Fund Agent (“LFA”) Services in The Republic of Zambia

RFP Information Table


RFP Issue Date: 13 June, 2024
RFP Questions submission deadline: 27 June, 2024
RFP Closing date & time: 24 July, 2024
Questions & Proposal submission: Through the Global Fund Sourcing Application:
https://fa-enmo-saasfaprod1.fa.ocs.oraclecloud.com
(see below)
1. Summary

The Global Fund to Fight AIDS, Tuberculosis and Malaria (the “Global Fund”) invites all potential Offerors to
submit proposals for providing LFA (Local Fund Agent) services with respect to grants funded by the Global Fund
in the above country.

The purpose of this Request for Proposals (RFP) is to select an LFA that will provide best value to the Global
Fund, when both technical and cost factors are combined.

The Global Fund will evaluate all proposals received in response to this RFP in accordance with the evaluation
criteria described in this document.

The provision of services under this RFP will be governed by a Framework Contract that will contain the legal
terms and conditions for such provision of services. If a new Offeror is selected following this RFP, such Offeror
will sign a Framework Contract, a template of which is included in Attachment I, with the Global Fund. If the
Offeror that is selected following this RFP has already signed a Framework Contract with the Global Fund, such
Framework Contract will govern. The Global Fund reserves the right to update the template Framework Contract
that will govern the provision of these LFA Services.

The Global Fund will issue a Purchase Order pursuant to, and governed by, the terms of the Framework Contract
for the provision of services for an initial of 3-month period until the end of 2024. The commencement of services
is likely to be 1 October 2024.

It is anticipated that further Purchase Orders will be issued annually to the successful Offeror beyond 2024,
based on the needs of the Global Fund, and subject to satisfactory service provider performance and the Global
Fund’s assessment of whether value-for-money continues to be achieved. Each Purchase Order will be based
on a work plan including the relevant services negotiated annually with the successful service provider.

Page 1 of 23
2. Governance
This RFP is in line with, and subject to, the following documents:

The Global Fund’s Procurement Policy (2008, as amended from https://www.theglobalfund.org/en/busine


time to time) ss-opportunities/
The Global Fund Framework Contract for Local Fund Agent Attachment I
Services which will also be an integral part of any contract
resulting from this solicitation
The Local Fund Agent Guidelines and Tools https://www.theglobalfund.org/en/lfa/gui
delines-tools/
The Policy on Conflict of Interest (2020, as amended from time to
time)
The Code of Conduct for Suppliers (2021, as amended from time to https://www.theglobalfund.org/en/gover
time) nance-policies/
The Global Fund Policy to Combat Fraud and Corruption (2017, as
amended from time to time)
The Sanctions Panel Procedures Relating to the Code of Conduct
for Suppliers (2014, as amended from time to time)
3. Attachments
This RFP contains the following attachments:
Attachment A Background Information
Attachment B Statement of Work
Attachment C Proposal Requirements
Attachment D Evaluation Criteria
Attachment E Cost proposal template (separate Excel spreadsheets)
Attachment F Conflict of Interest Declaration Form (separate Word document)
Attachment G Proforma CV Template (separate Word document)
Attachment H List of PRs and SRs
Attachment I Template Framework Contract for Local Fund Agent Services
(separate PDF document)
Attachment J Team Structure Overview (separate Word document)

4. General Information

The Global Fund will evaluate all proposals received in response to this RFP in accordance with the evaluation
criteria described in this document.

The proposal(s) must be valid for 180 days from the deadline for submission.

This Request for Proposals in no way obligates the Global Fund to award a contract, nor does it commit the
Global Fund to pay any cost incurred in the preparation and submission of the proposal. The Global Fund may
(a) reject any or all proposals, (b) accept for award a proposal other than the lowest cost proposal, (c) accept
more than one proposal, (d) accept alternate proposals, (e) accept part of a proposal, (f) waive informalities and
minor irregularities in proposals received, and (g) cancel this RFP.

Submitting a proposal in response to this RFP constitutes an acceptance of the terms indicated herein and of
the terms of each of these documents, including the Global Fund Framework Contract for Local Fund Agent
Services (Attachment I). The Global Fund reserves the right to reject the proposal of any entity or individual, as
the case may be, that fails or refuses to comply with, or accept, such terms.

No further additions to, or modifications on submitted proposals shall be allowed unless it is proven to be a bona
fide typographical error or omission and that it may have material impact on the evaluation process. Such
additions or modifications may only be effected with prior, written, approval from The Global Fund.

Offerors are solely responsible for their own expenses or losses, if any, in preparing and submitting an offer to
this Request for Proposal. This would include any costs incurred during functional demonstrations and
subsequent meetings and negotiations.

Page 2
The Global Fund will be under no obligation to reveal, or discuss with any Offerors, how a proposal was assessed,
or to provide any other information relative to the selection process. Offerors whose proposals are not selected
will be notified in writing of this fact, and shall have no claim whatsoever for any kind of compensation.

The Global Fund may share questions received by, and answers given to, an Offeror with all other Offerors
responding to this RFP, if those questions are submitted to the Global Fund before the Questions submission
deadline referred to in the RFP Information Table above.

5. Proposal Submission Instructions

The Technical Proposal and the Cost Proposal must be submitted separately. The Offeror should not include
any cost data in the Technical Proposal.

The proposal should be concisely presented and structured, and should explain in detail the Offeror’s availability,
experience and resources to provide the requested services.

Proposals that are incomplete or do not address these criteria may not be considered in the review process. All
proposals must be submitted in English.

Proposals must be submitted to the TGF Sourcing Application by the RFP Closing Time on the RFP Closing
Date, as indicated in the RFP.
Offerors intending to submit a proposal must be “invited” to the RFP and thus any requests for a Supplier ID and
Login should be made at least 48 hours before the RFP closing date.

All communications with regard to this RFP shall be in writing and submitted in the TGF Sourcing Application
using the ‘Online Discussions’ feature. No email queries related to the RFP will be entertained.

6. The Global Fund Sourcing Application


i. For audit and efficiency purposes, this RFP process is being managed electronically, and Offerors are
required to submit their proposals in the following URL for Sourcing Application: https://fa-enmo-
saasfaprod1.fa.ocs.oraclecloud.com/.

ii. Please click on the Oracle Guided Learning icon for further guidance on how to create a response to
this RFP

iii. In case an Offeror does not have a Supplier ID in TGF Sourcing Application, it should send an email at
least 48 hours before the RFP Closing Time to gabriel.albaret@theglobalfund.org with the following title
in the subject:
• TGF-24-39- Request for login user ID creation in TGF Sourcing / iSupplier portal – “Offeror’s
organization name” and the following details:
• Offeror full name: < organization name>
• Contact person name: <Last Name, First Name>
• Title: <Mr./ Mrs./ Ms./ Dr.>
• Email: <email id>
• Phone: <phone>
• Address: <Address line 1; Address line 2; Address line 3; City; Postal code; Country
• D-U-N-S number: <DUNS number>

Any communication between an Offeror and the Global Fund regarding this RFP, which is not through the
designated channel (https://fa-enmo-saasfaprod1.fa.ocs.oraclecloud.com/), may invalidate such Offeror’s
proposal to this RFP.

*****

Page 3
Attachment A
BACKGROUND INFORMATION

Country overview description

Zambia is a high HIV prevalence country at 11% and is the eighth highest rate globally. Higher
prevalence rates are noted in women as well as key populations including sex workers, men who
have sex with men (MSMs), transgender (TG) people, prisoners and people who inject drugs
(PWIDs). Zambia is among the 30 high burden countries for TB, TB/HIV and MDR-TB, and is one of
the three high burden countries that had reached or passed the first milestones of the End TB
Strategy for both reductions in TB incidence and TB deaths, by the end of 2021 (cf. WHO TB Report
2022). Malaria remains highly endemic in the country with a significant proportion of the population
deemed at risk of infection. Zambia has the sixth highest malaria incidence and thirteenth highest
mortality globally. Although there has been significant decline, HIV, tuberculosis and malaria remain
among the top ten causes of deaths in Zambia.

Progress
Zambia is a landlocked, resource-rich country in the center of southern Africa. The country is
experiencing a sizeable demographic shift; its population of 19 million is growing by almost 3% each
year and is one of the world’s youngest by median age.

Zambia has made significant progress toward halting and reversing its HIV, TB and malaria
epidemics over the last two decades. HIV incidence has fallen by 58% since 2000 and TB incidence
by 56% over the same period. AIDS-related deaths have declined by almost 70%. Hard-won gains
have been made against malaria, which is endemic in Zambia. Between 2002-2020, deaths fell by
23% and new cases by 16%. Almost every person with suspected malaria received a parasitological
diagnosis in 2019.

Challenges

Zambia is experiencing severe drought in more than forty years. This has affected the surface
water levels, crops and livestock, and will have a huge impact on Public Health of over 6 million
people (40% of the country population). It is worth noting that Zambia was and will continue to be
affected by spillovers of cyclones devastating Mozambique and Malawi, and face destruction of
health infrastructure and disruption of services. The Government of Zambia has put in place a
multisectoral National Mitigation Plan released by the Government.

Sustaining the procurement and supply of laboratory commodities is one of the key priority areas for
the Zambian health sector. Plans to scale up warehouse management systems are expected to
improve order processing and boost responsiveness to the needs of health facilities. Order
variability, stock-outs and wastage present challenges for health facilities in terms of the timeliness
and type of medicines and health products they can provide – an issue expected to be addressed
by better operational support to logistics hubs.

Although HIV incidence has more than halved, the number of new cases remains high, at around
70,000 a year. Significant gender- and age-related disparities in the HIV burden also remain.
Incidence among females of all age groups is higher than their male counterparts. The difference is
most pronounced for adolescent girls and young women aged 15-24, among whom HIV incidence
is 10 times higher than boys and men of the same age. Key populations are at much higher risk of
HIV exposure than the general population, and they are subjected to stigma, discrimination, violence
and harassment, and have limited access to health services.

Zambia is among the 30 highest TB/HIV burden countries in the world, and TB accounts for over
40% of deaths among people living with HIV. Though there are health care systems in place for the
prevention and treatment of TB among people living with HIV, gaps in diagnosis for HIV and TB co-
infection persist. Drug-resistant TB remains a significant threat. Although the treatment success rate

Page 4
for drug-resistant TB has crept up in recent years, at 78% it remains substantially lower than the
success rate for non-drug-resistant TB.

Malaria remains endemic in Zambia, with the entire population considered to be at risk of contracting
the disease. Risk is highest in the wetter, rural, poor provinces of Luapula, Northern, Muchinga and
North-Western. Despite significant progress in control interventions since 2000, epidemiologic trends
in malaria indicators worsened in 2020. To protect gains, Zambia’s malaria elimination strategic plan
identified that indoor residual spraying (IRS) needs to be undertaken at a near-universal level
throughout 2022. From 2023, IRS have been scaled back and deployed only in malaria hot spots,
with long-lasting insecticidal nets being used as the primary vector control intervention.

Global Fund investments

Global Fund signed four grants for up to USD 362 million to support HIV, TB, malaria and health
systems strengthening. The Portfolio has two Principal Recipients, the Ministry of Health of the
Government of the Republic of Zambia and Churches Health Association of Zambia (CHAZ). The
Global Fund signed two grants with the Ministry of Health amounting to USD 255 million and two
grants with CHAZ amounting to USD 107 million. These four Grant Cycle 7 (GC7) grants will
contribute to achievement of the following targets, reduction of (i) malaria incidence and deaths (from
340 to 201/1000 and 8 to 4.7 deaths per 1000 respectively), (ii) HIV incidence from 28000 in 2021
to 15000 by 2026 and (iii) to reduce Tuberculosis incidence from 319/100,000 in 2020 to 169/100,000
population by 2026. The investment will enhance the Universal Coverage of Health through
strengthening of primary health care and community systems, health information system, national
diagnostic network (hub and spoke specimen system) and laboratory quality improvement and
effective supply chain system: Pressure Swing Adsorption (PSA) Plants, Health Products
Management System Strengthening (hubs) and last mile support. In addition, the C19RM investment
with both Ministry of Health, USD 63 million and CHAZ, USD 16 million is contributing to
strengthening pandemic preparedness and response to epidemics and outbreaks through the
Zambia National Public Health Institute (ZNPHI) and supplies through an efficient. GC7 grants
Principal Recipients are the Ministry of Health and Churches Health Association of Zambia.
Finalization of Sub recipient agreements by the Ministry of Health with Provincial Health Offices and
all respective government agencies has been finalized pending University Teaching Hospital and
recruitment of the NGO to facilitate implementation of key population and Adolescent and Young
People Programs is overdue. Recruitment of SR has been finalized under CHAZ.

We are continuing to support a robust malaria response in Zambia through two grants of up to a
combined total of US$65 million signed for 2021-2023. Our investment is geared toward increasing
the implementation rate of interventions to 95% (up from 36% in 2015), increasing the malaria-free
health facility catchment areas to 100% (up from 0.5% in 2015) and reducing malaria deaths to less
than five deaths per 100,000 people (down from 15.2 deaths in 2015).

For information related to the grant portfolio for The Republic of Zambia, please consult the Global
Fund website: https://data.theglobalfund.org/location/ZMB/overview

***

Page 5
Attachment B
SCOPE OF SERVICES

The exact scope of services will be negotiated with the successful Offeror but an indicative list of
services can be found in Attachment E: Cost Proposal Template.

The nature of services to be provided is described in the LFA Guidelines and Tools, which can be
found at: https://www.theglobalfund.org/en/lfa/guidelines-tools/

****

Page 6
Attachment C
PROPOSAL REQUIREMENTS

Offerors must complete both the technical and cost proposal sections in the TGF Sourcing
Application.

The Global Fund reserves the right to reject the proposal of any entity or individual, as the
case may be, that fails to comply with the number of pages limitation indicated below per
section.

I. TECHNICAL PROPOSAL
The Technical Proposal should include the following:

1) Offeror’s track record/relevant experience– 5 pages maximum


a) Information related to past performance/prior experience in conducting work in the
country/region similar in nature and volume to the services requested (brief description, date,
client etc.).

2) Technical approach – 5 pages maximum

a) Information as to whether the Offeror currently has a presence in the country/region. Please
provide a brief overview of the organization (e.g. location, office, structure, number of staff,
revenue etc.)
b) A brief description of the Offeror’s understanding of the nature of LFA services and the role of
the LFA in general, and in particular in the context of the country and its Global Fund funded
programs.
c) A brief overview as to how the Offeror would propose to manage the delivery of high quality
and timely LFA services for the country/region. For example, describe whether the Offeror
would be operating from a regional hub/office or a local office; use local staff/fly-in
staff/international staff; provide support from a central coordination team; etc. Please include
information on how the Offeror will ensure the timely availability of the required experts when
services are requested to be performed.

3) Team Structure and Proposed Key Experts – 3 pages maximum excluding CVs

a) Key Experts for the RFP include those individuals whose performance is critical to the effective
performance of LFA services. The minimum requirements for Key LFA Experts are included in
the document ‘Procedure for the involvement and Approval of the key Local Fund Agents
experts’: https://www.theglobalfund.org/en/lfa/guidelines-tools/ Key Experts must include
individuals who are employees, subcontractors or consultants of the Offeror who will be
assigned to the positions specified in the table below.

Team Structure Requirements for each portfolio (see notes below)

Position Location International/National Language


Work Experience
One In Country International English
Team - Mandatory ☒ - Mandatory ☐ - Mandatory ☒
Leader - Desirable ☐ - Desirable ☐ - Desirable ☐
National
- Mandatory ☒
- Desirable ☐

Page 7
Position Location International/National Language
Work Experience
Three In Country International English
Finance - Mandatory ☒ - Mandatory ☐ - Mandatory ☒
Professio - Desirable ☐ - Desirable ☐ - Desirable ☐
nals
National Nyanja
- Mandatory ☐ - Mandatory ☐
- Desirable ☒ - Desirable ☒
One In Country International English
Program - Mandatory ☒ - Mandatory ☐ - Mandatory ☒
matic / - Desirable ☐ - Desirable ☐ - Desirable ☐
M&E
Experts National Nyanja
- Mandatory ☒ - Mandatory ☐
- Desirable ☐ - Desirable ☒
One In Country International English
Program - Mandatory ☐ - Mandatory ☐ - Mandatory ☒
matic / - Desirable ☒ - Desirable ☐ - Desirable ☐
M&E
Experts National
- Mandatory ☐
- Desirable ☒
One PSM In Country International English
Expert - Mandatory ☐ - Mandatory ☒ - Mandatory ☒
(Health - Desirable ☒ - Desirable ☐ - Desirable ☐
products
) National
- Mandatory ☐
- Desirable ☐
One PSM In Country International English
Expert - Mandatory ☒ - Mandatory ☐ - Mandatory ☒
(Health - Desirable ☐ - Desirable ☐ - Desirable ☐
products
) National Nyanja
- Mandatory ☒ - Mandatory ☐
- Desirable ☐ - Desirable ☒
One PSM In Country International English
expert - Mandatory ☐ - Mandatory ☐ - Mandatory ☒
(Laborat - Desirable ☒ - Desirable ☐ - Desirable ☐
ory)
National -
- Mandatory ☒
- Desirable ☐
Biomedic In Country International English
al - Mandatory ☐ - Mandatory ☐ - Mandatory ☒
Engineeri - Desirable ☒ - Desirable ☐ - Desirable ☐
ng Expert
(Oxygen) National
- Mandatory ☒
- Desirable ☐
Civil In Country International English
Engineeri - Mandatory ☐ - Mandatory ☐ - Mandatory ☒
ng Expert - Desirable ☒ - Desirable ☐ - Desirable ☐
(Infrastru
cture -

Page 8
Position Location International/National Language
Work Experience
Construc National
tion) - Mandatory ☒
- Desirable ☐

Notes:
a) It is a mandatory requirement for Offerors to present the overview of the complete proposed
team structure in the table provided in Attachment J. In the table Offerors should clearly
indicate the experts they propose to meet the above Global Fund team structure requirements
(Part I of Attachment J), as well as those experts they may propose in addition to the
requirements (Part II of Attachment J). The Global Fund retains the right to reduce the
overall technical score of Offerors who fail to provide complete and accurate
information as required in Attachment J.
b) Required experts: Offerors should aim to propose the required roles and positions as reflected
in the above team structure table and clearly list these experts in Part I of Attachment J. The
experts proposed in response to the above team structure requirements will be evaluated and
scored individually. If Offerors choose to propose more experts for key position / roles as
required in the team structure table above, they shall list them in Part II of Attachment J. These
experts will not be scored individually but will be evaluated as part of the Overall Technical
Approach of the bidder. Meeting mandatory requirements is critical. If a proposed expert
does not meet one or more mandatory requirements, this expert will receive zero points
during the proposal evaluation process. If no expert is proposed for a position listed in
the table above, it will be scored zero.
c) Additional experts: If Offerors propose additional roles or experts to the number of experts
listed in the above team structure requirements table, including additional junior professionals
to support the team during peak workload times, they should clearly indicate these as
additional experts in Part II of Attachment J. Offerors should provide a clear and succinct
explanation of the role and expected added value of each proposed additional expert. Please
note that while additional proposed experts are reviewed against the minimum requirements
for Key LFA experts, they are not scored individually but are rather evaluated collectively as
part of scoring the Offerors’ technical approach to providing quality services (technical
evaluation criteria 2).
d) Positions that are identified as “International/National” relate to individuals who can
demonstrate to have had a broad range of international/national professional engagements
relevant to the role their proposed role in the LFA team.
e) Where there is a shortage of the language skills required for certain technical experts, Offerors
should explain what arrangements will be made to enable the proposed staff to work effectively
within the country and to enable the proposed staff to submit the required deliverables. The
suitability of such arrangements will be evaluated and scored under technical evaluation
criteria 2.

Additional information on the team structure:

The team must meet the minimum requirements for Key senior LFA Experts included in the document
‘Procedure for the involvement and Approval of the key Local Fund Agents experts. English language
skills are mandatory for all LFA team members, Nyanja language skills would be desirable for this
portfolio for in-country experts. It would be an asset if key LFA team members have good knowledge
and understanding of Global Fund grant management requirements / procedures / guidelines. Key
Experts must demonstrate an understanding of the specific country or regional context and
challenges. It will be required for all key LFA team members to be based in country at the exception
of one Programmatic / M&E expert and one PSM Expert (health products) for who a fly-in option may
be acceptable. For other experts (Laboratory expert, biomedical engineer expert and civil engineer
expert) fly-in option is acceptable.

Page 9
The team shall include:

▪ One Team Leader who can triangulate programmatic, financial and health product data and
findings to ensure adequate quality assurance of LFA deliverables and who has sound knowledge
of the grant implementation context. On an occasional basis, the Team Leader will be required to
meet with government officials and other in country stakeholders. Excellent communication and
diplomatic skills are required for this kind of role.

▪ Six Finance Professionals (three senior and three Junior experts) who have a good knowledge
of the local accounting framework and financial management systems. The junior Finance
professionals should support the senior experts and contribute to the timely completion and
submission of the different deliverables. It would be desirable that both senior and junior experts
have national work experience. As a minimum junior expert shall have 2 years of relevant
experience with bachelor’s degree or equivalent in finance and accounting.

▪ Three Programmatic / M&E experts (2 seniors and 1 junior). It would be required for the experts
to have work experience in the country and have good knowledge of the local / regional health
context. It will be desirable that experts have knowledge of the three diseases and health system
strengthening. At least one of the senior experts shall be well versed in key population
programming. As a minimum junior expert shall have 3- 5 years of experience in public health with
bachelor’s degree in medicine or public health.

▪ Two PSM experts - health products (one Senior international expert and one senior Local
expert) who have knowledge and experience in health products management and supply chain. It
is expected that the expert has the necessary expertise to carry out reviews and spot checks on
different aspects of the health product management such as quantification, procurement, stock
inventory, and cross analyses of logistics and health data to assess the coherence / quality of data
in order to submit relevant and practical recommendations to the Global Fund to strengthen grant
implementation.

▪ One PSM expert - Laboratory who has knowledge and experience in working in laboratory
services and the management of diagnostic products. It is expected that the expert has good
understanding of the diagnostic platforms used for the management of diseases programs
financed by the Global Fund (e.g. HIV / Aids, TB and malaria) in limited resources settings, of
quality assurance systems and of procurement and supply chain for diagnostic products.

▪ One Biomedical Engineering Expert (Oxygen) who has knowledge and experience in managing
or advising on the financing, design, specifications sourcing and procurement,
installation/assembly/ commissioning, storage and distribution, maintenance and use of
equipment (and systems) used for treating patients, particularly in low-and-middle-income
countries (LMIC).

▪ One Civil Engineering Expert (Infrastructure Construction) who has relevant experience in
managing or advising ideally on the design, specifications, contracting, construction and
commissioning, and maintenance, particularly in LMIC.

▪ Fly-in Key expert(s) must be able to travel as needed, including at short notice, so the proposal
should clearly state what arrangements will be in place to ensure this where appropriate.

▪ Based on the scope of the LFA services and expected LoE, bidders shall propose additional junior
experts (3 junior finance professionals and 1 junior programmatic M&E expert) who could
support the senior experts and contribute to the timely completion and submission of the different
deliverables. Any proposed junior profiles will not be scored individually but will be evaluated as
part of the Overall Technical Approach of the bidder. Junior experts can be identified and approved

Page 10
as part of the LFA team structure at a later stage, but in any case, no later than one (1) month
after the LFA has been appointed through an appointment letter.

The Offeror should provide the following information:

(a) Completed team structure overview table as per Attachment J;


(b) A completed team structure chart and details of the internal reporting mechanisms between
team members;
(c) A description of the roles and responsibilities of all Key Experts;
(d) A complete and current resume for each Key Expert in the format provided in the format
provided in Attachment G. Each resume must not exceed three pages in length and shall be
in chronological order starting with the most recent experience and summarizing relevant
experience. The Offeror shall indicate the duration (e.g. start and end date) for each
experience / positions indicated in the CV. The Offeror shall specify all academic qualifications
and professional certifications. The CV shall be dated less than one month before the RFP
documents submission date.
(f) If any of the Key Experts do not reside in the country in which they are assigned to perform
LFA services, the Offeror must state how these experts would travel to the country to perform
such services, and the estimated travel time.

The Offeror must notify the Global Fund if it or its sub-contractor(s) intend to replace a nominated
individual assigned to a Key Experts position (with an explanation for doing so) prior to the award date
and provide the Global Fund with the information required for the approval of Key Experts related to
the proposed replacement as per the ‘Procedure for the involvement and Approval of the key Local
Fund Agents experts’. Any replacement of Key Experts shall be subject to the approval of the Global
Fund.

The Global Fund may choose to contact the Key Experts prior to making a final decision. Please
confirm whether this would be possible.

II. COST PROPOSAL


TGF Sourcing Application, Requirements tab: Offerors must upload the completed cost template in
the TGF Sourcing Application, under the cost proposal section of the “requirements” tab. Cost
information shall in no event be uploaded in the technical proposal section.

The list of services included in the cost proposal is illustrative and does not reflect the exact
service composition required once the LFA has been selected. However, the nature and
volume of the listed services are a realistic reflection of the LFA service portfolio in the country.

The Global Fund only reimburses costs directly related to the provision of the requested services, i.e.
labour and other direct costs (ODC). Indirect costs are not reimbursed. Such costs are included in the
daily rates of the experts used to provide the services.

The costs proposed must include all elements, including applicable taxes. No additional charges will
be accepted after the tender is concluded.

The cost proposal must include all costs associated with performing the requested services and shall
be included in the following categories:

1) Labor Cost

The Offeror should complete the attached cost proposal templates in USD, providing information
related to the proposed team structure, fully inclusive daily rates and level of effort for the deliverables
listed. Please state assumptions made when submitting the cost information including any additional
options, and stating all conditions.

Page 11
Offerors should only cost the services that are listed in the cost proposal template. Offerors should
not add or remove any services.
For services for which the Global Fund provides Level of Effort (LoE) information, Offerors are
expected not to deviate in their proposal from the indicated LoE. Offerors can provide any
comments they may have on the service LoE in the section ‘Description of Services/Comments’ in the
cost proposal template.

2) Other Direct Costs

The Offeror should provide a breakdown estimate of other main direct costs, which are considered
necessary for completion of the work.

Other direct costs will cover transportation costs, visa, and per diem. Other direct costs will be
reimbursed according to the Global Fund Travel Guidelines for Contractors not exceeding an
estimated amount in the approved budget. Any other direct costs shall be agreed with The Global
Fund prior to any expense being incurred.

The Global Fund Travel Guidelines for Contractors is available on the Global Fund website.

Page 12
Attachment D
EVALUATION CRITERIA

The Offeror’s Conflict of Interest Declaration Form will be assessed to establish whether the
Offeror has any present or potential future conflict of interest according to the definition in
Attachment F. If the conclusion is reached that any conflict of interest declared by the
Offeror could have a negative impact on the Offeror’s ability to perform the LFA work,
the Global Fund may decide to reject the submitted proposal. Failure to accurately
complete the Conflict of Interest Declaration Form may also lead to the rejection of the
submitted proposal.

The evaluation criteria are divided into technical and cost factors. In assessing the Offeror’s
proposal, the Global Fund allocates greater importance to technical factors than to cost
factors and thus the evaluation is split 70%, for technical factors, and 30%, for cost.

A two-stage procedure will be utilized in evaluating the proposals, with the evaluation of the
technical proposal being completed prior to the cost proposal being considered. The
evaluation of the cost proposal is only undertaken for technical submissions that score
above the minimum (49 points out of a maximum of 70 points).

The technical merit of proposals will be evaluated based on the following evaluation criteria
and score calculation:

0 Does not meet the requirement


1 Partially meets the requirement
2 Fully meets the requirement
3 Exceeds the requirement

Technical evaluation 70%:

A minimum technical score of 49 points out of a maximum of 70 points is required to pass


the technical evaluation. A proposal which fails to achieve the minimum technical threshold
will not be considered further.

1) Organisation’s track record/relevant experience – 14 technical points maximum.

2) Technical approach, including the Offeror’s existing presence/infrastructure in the


country/region; demonstrated understanding of the LFA services and role and the
challenges of the country and grant context; and approach to quality service
delivery, including location of the proposed team and any experts proposed in
addition to the RFP team structure requirements (Attachment C, Technical Proposal,
Section 3) - 16 technical points maximum.

3) Team Structure and proposed key experts - 40 technical points maximum.

Cost Evaluation 30%:

When at least 49 points out of 70 points has been scored for technical content a review
of the cost proposals will be conducted.

The cost evaluation covers the proposed rates, level of effort (LoE) associated with the
required deliverables and the overall cost, including Other Direct Cost.

The cost evaluation is split between (40%) and the total proposed cost and the weighted
average daily rate1 (60%)

1 Total proposed labour cost divided by total proposed LoE


Page 13 of 23
Attachment E
COST PROPOSAL TEMPLATE

TGF Sourcing Application, Requirements tab: Offerors must upload the completed cost
template in the TGF Sourcing Application, under the cost proposal section of the
“requirements” tab. Cost information shall in no event be uploaded in the technical
proposal section.

Cost Proposal Template provided as a separate file.

Page 14
Attachment F
CONFLICT OF INTEREST DECLARATION FORM

TGF Sourcing Application: Offerors must upload the duly completed conflict of interest
declaration form under the technical proposal section in the TGF Sourcing Application.

Editable version of the Conflict of Interest Declaration form is provided as a separate file.

Page 15
Attachment G
PROFORMA CV TEMPLATE

TGF Sourcing Application: Offerors must upload the CVs under the technical proposal
section in the TGF Sourcing Application.

Editable version of the proforma CV template is provided as a separate file together with
attachment J.

Page 16
Attachment H

LIST OF PRs AND SRs2

Name of PRs and SRs Disease Component PR / SR


MOH (Ministry of Health) HIV / TB / MALARIA PR
CHAZ (Churches Health Association of HIV / TB / MALARIA PR
Zambia)
St Anthony HIV / TB / MALARIA CHAZ - SR
Luashya Mine HIV / TB / MALARIA CHAZ-SR
Twalumba HIV / TB / MALARIA CHAZ-SR
Kayambi HIV / TB / MALARIA CHAZ-SR
Chalabesa HIV / TB / MALARIA CHAZ-SR
Chavuma HIV / TB / MALARIA CHAZ-SR
Chipembi HIV / TB / MALARIA CHAZ-SR

Mulilansolo HIV / TB / MALARIA CHAZ - SR


Coptic HIV / TB / MALARIA CHAZ-SR
Zatulet HIV / TB / MALARIA CHAZ-SR
St.Pauls Kashikishi HIV / TB / MALARIA CHAZ-SR
St.Pauls Mulungushi HIV / TB / MALARIA CHAZ-SR
Ilondola Mission HIV / TB / MALARIA CHAZ-SR
Kafue HIV / TB / MALARIA CHAZ - SR
Cardinal Adams HIV / TB / MALARIA CHAZ-SR
SOS (Societas Socialis) HIV / TB / MALARIA CHAZ-SR
Katondwe HIV / TB / MALARIA CHAZ-SR
Bwafwano HIV / TB / MALARIA CHAZ-SR
Fiwila HIV / TB / MALARIA CHAZ-SR
St.Kalemba HIV / TB / MALARIA CHAZ-SR
Loloma HIV / TB / MALARIA CHAZ - SR
Luwi HIV / TB / MALARIA CHAZ-SR
Nangoma HIV / TB / MALARIA CHAZ-SR
Ipafu HIV / TB / MALARIA CHAZ-SR
Mpongwe HIV / TB / MALARIA CHAZ-SR
Twatasha HIV / TB / MALARIA CHAZ-SR
Mukinge HIV / TB / MALARIA CHAZ - SR
Mpunde HIV / TB / MALARIA CHAZ-SR
Chilonga HIV / TB / MALARIA CHAZ-SR
Sichili HIV / TB / MALARIA CHAZ-SR
Mungwi Baptist HIV / TB / MALARIA CHAZ-SR
Mother of Mercy HIV / TB / MALARIA CHAZ-SR
Fiwale HIV / TB / MALARIA CHAZ-SR
Kafulafuta HIV / TB / MALARIA CHAZ - SR
Kalulushi HIV / TB / MALARIA CHAZ-SR
Mishikishi HIV / TB / MALARIA CHAZ-SR
Mwami HIV / TB / MALARIA CHAZ-SR

2 Please note that the SR selection process is ongoing, and that additional SRs might be added
later

Page 17
Name of PRs and SRs Disease Component PR / SR
Nyanje HIV / TB / MALARIA CHAZ-SR
Kamoto HIV / TB / MALARIA CHAZ-SR
Kanyanga HIV / TB / MALARIA CHAZ - SR
St. Lukes HIV / TB / MALARIA CHAZ-SR
Chipembe HIV / TB / MALARIA CHAZ-SR
Muzeyi HIV / TB / MALARIA CHAZ-SR
St Francis Katete HIV / TB / MALARIA CHAZ-SR
Chikankata HIV / TB / MALARIA CHAZ-SR
Chisomo HIV / TB / MALARIA CHAZ-SR
Lumezi HIV / TB / MALARIA CHAZ - SR
St Joseph Chingombe HIV / TB / MALARIA CHAZ-SR
St Joseph Mission -Lubwe HIV / TB / MALARIA CHAZ-SR
Mangango HIV / TB / MALARIA CHAZ-SR
Luampa HIV / TB / MALARIA CHAZ-SR
Our lady Hospice HIV / TB / MALARIA CHAZ-SR
Chabboboma HIV / TB / MALARIA CHAZ - SR
Chikuni HIV / TB / MALARIA CHAZ-SR
Chivuna HIV / TB / MALARIA CHAZ-SR
Macha HIV / TB / MALARIA CHAZ-SR
Mukanka HIV / TB / MALARIA CHAZ-SR
mapanza HIV / TB / MALARIA CHAZ-SR
Family in Christ HIV / TB / MALARIA CHAZ-SR
Monze mission HIV / TB / MALARIA CHAZ - SR
Mwandi HIV / TB / MALARIA CHAZ-SR
Siachitema HIV / TB / MALARIA CHAZ-SR
Sikalongo HIV / TB / MALARIA CHAZ-SR
Simwatachela HIV / TB / MALARIA CHAZ-SR
Sitoti HIV / TB / MALARIA CHAZ-SR
St Joseph Hospice HIV / TB / MALARIA CHAZ - SR
Minga HIV / TB / MALARIA CHAZ-SR
St.Margaret HIV / TB / MALARIA CHAZ-SR
Mulanga HIV / TB / MALARIA CHAZ-SR
Chilubula HIV / TB / MALARIA CHAZ-SR
Mambilima HIV / TB / MALARIA CHAZ-SR
Mambwe HIV / TB / MALARIA CHAZ-SR
Mtendere HIV / TB / MALARIA CHAZ - SR
St.Claire HIV / TB / MALARIA CHAZ-SR
Mumbezhi HIV / TB / MALARIA CHAZ-SR
St Lukes Mphanshya HIV / TB / MALARIA CHAZ-SR
St Francis solwezi HIV / TB / MALARIA CHAZ-SR
Santa Maria HIV / TB / MALARIA CHAZ-SR
Chitokoloki HIV / TB / MALARIA CHAZ - SR
Sachiboundu HIV / TB / MALARIA CHAZ-SR
Zimba HIV / TB / MALARIA CHAZ-SR
Namwianga HIV / TB / MALARIA CHAZ-SR
Mbereshi HIV / TB / MALARIA CHAZ-SR
Sioma HIV / TB / MALARIA CHAZ-SR
St Dominics HIV / TB / MALARIA CHAZ-SR
Lwela HIV / TB / MALARIA CHAZ - SR
Chinyingi HIV / TB / MALARIA CHAZ-SR
St. Joseph Mission HIV / TB / MALARIA CHAZ-SR

Page 18
Name of PRs and SRs Disease Component PR / SR
Yuka HIV / TB / MALARIA CHAZ-SR
St Mary HIV / TB / MALARIA CHAZ-SR
St Thresa HIV / TB / MALARIA CHAZ-SR
Njase HIV / TB / MALARIA CHAZ - SR
Konkola mine HIV / TB / MALARIA CHAZ-SR
Nchanga south HIV / TB / MALARIA CHAZ-SR
Victoria HIV / TB / MALARIA CHAZ-SR
Lusaka SDA HIV / TB / MALARIA CHAZ-SR
Lukamantano HIV / TB / MALARIA CHAZ-SR
Lusaka Trust HIV / TB / MALARIA CHAZ-SR
Kalene HIV / TB / MALARIA CHAZ - SR
Ndola Diocese HIV / TB / MALARIA CHAZ-SR
Pearl of health HIV / TB / MALARIA CHAZ-SR
St.Johns HIV / TB / MALARIA CHAZ-SR
Premium Medical Services HIV / TB / MALARIA CHAZ-SR
Royal Palms HIV / TB / MALARIA CHAZ-SR
Kabalenga HIV / TB / MALARIA CHAZ - SR
Forest park HIV / TB / MALARIA CHAZ-SR
SAFAIDS (not an acronym) HIV/TB CHAZ-SR
CHRESO MINISTRIES (not an acronym) HIV/TB CHAZ-SR
ECR (Expanded Church Response) HIV/TB CHAZ-SR
RICAP (Rise Community AID Programme) HIV/TB CHAZ-SR
KAFHI (Kabwe Adventist Family Health HIV/TB CHAZ-SR
Institute)
FDI (Family Development Initiatives) HIV/TB CHAZ - SR
THE YOUTH PLATFORM HIV/TB CHAZ-SR
DHI (Diligent Health Initiatives) HIV/TB CHAZ-SR
PROJECT CONCERN HIV/TB CHAZ-SR
AFRICA DIRECTION HIV/TB CHAZ-SR
YWCA (young Women’s Christian HIV/TB CHAZ-SR
Association)
NZP+ (Network for People Living with HIV HIV/TB CHAZ - SR
and AIDS)
YOUTH ALIVE ZAMBIA HIV/TB CHAZ-SR
FAWEZA (Forum for African Women HIV/TB CHAZ-SR
Educationalists Zambia National Chapter)
TALC (Treatment Advocacy and Literacy HIV/TB CHAZ-SR
Campaign)
CHILDLINE HIV/TB CHAZ-SR
UCZ (United Church of Zambia) HIV/TB CHAZ-SR
CHILD FUND ZAMBIA HIV/TB CHAZ-SR
DAPP (Development Aid from People to HIV/TB CHAZ - SR
People in Zambia)
EPWDA (Eastern Province Women HIV/TB CHAZ-SR
Development Association)

Name of PRs and SRs Disease Component PR / SR


Christian Women Rock Malaria CHAZ - SR
CBTO Zambia (Community Based Malaria CHAZ-SR
Tuberculosis Organization)
Sport in Action Malaria CHAZ-SR

Page 19
Name of PRs and SRs Disease Component PR / SR
GFC (Group Focused Consultations) Malaria CHAZ-SR
ALEJO Community Support Project Malaria CHAZ-SR
CTYA (Contact Tracing Youth Association) Malaria CHAZ-SR
CITUM PLUS (Community Initiative for Malaria CHAZ-SR
Tuberculosis, HIV/AIDS and Malaria Plus)
ROCS (Reformed Open Community Malaria CHAZ - SR
School)

Name of PRs and SRs Disease Component PR / SR


Batoka Secondary School HIV/TB CHAZ - SR
Lukalanya Secondary School HIV/TB CHAZ-SR

Lumezi Boarding Secondary School HIV/TB CHAZ-SR

Lundazi Boarding Secondary School HIV/TB CHAZ-SR

Lupososhi Boarding Secondary School HIV/TB CHAZ-SR

Luwingu Boarding Sec School HIV/TB CHAZ-SR

Maamba Secondary School HIV/TB CHAZ-SR

Macha Girl Secondary School HIV/TB CHAZ - SR

Muyombe Boarding Secondary School HIV/TB CHAZ-SR

Senanga Boarding Secondary School HIV/TB CHAZ-SR

UCZ Sefula Secondary School HIV/TB CHAZ-SR

Name of PRs and SRs Disease Component PR / SR


Chavuma District Health Office HIV / TB / MALARIA CHAZ - SR
Mushindamo District Health Office HIV / TB / MALARIA CHAZ-SR

Solwezi District Health Office HIV / TB / MALARIA CHAZ-SR

Kalumbila District Health Office HIV / TB / MALARIA CHAZ-SR

Mwinilunga District Health Office HIV / TB / MALARIA CHAZ-SR

Ikelenge District Health Office HIV / TB / MALARIA CHAZ-SR

Kasempa District Health Office HIV / TB / MALARIA CHAZ-SR

Mufumbwe District Health Office HIV / TB / MALARIA CHAZ - SR

Manyinga District Health Office HIV / TB / MALARIA CHAZ-SR

Kabompo District Health Office HIV / TB / MALARIA CHAZ-SR

Page 20
Name of PRs and SRs Disease Component PR / SR
Zambezi District Health Office HIV / TB / MALARIA CHAZ-SR

North-Western Provincial Health Office HIV / TB / MALARIA CHAZ-SR

Name of PRs and SRs Disease Component PR / SR


ZAMMSA HQ HIV / TB / MALARIA CHAZ-SR

ZAMMSA - Kabompo Hub HIV / TB / MALARIA CHAZ-SR

ZAMMSA- Choma Hub HIV / TB / MALARIA CHAZ-SR

ZAMMSA - Chipata Hub HIV / TB / MALARIA CHAZ-SR

ZAMRA HIV / TB / MALARIA CHAZ-SR

Name of PRs and SRs Disease Component PR / SR


ZAMMSA (Zambia Medicines & Medical HIV / TB / MALARIA MOH -SR
Supplies Agency
10 PHOs (Provincial Health Offices) HIV / TB / MALARIA MOH -SR

116 Districts Malaria MOH -SR

ZAMRA (Zambia Medicines Regulatory HIV / TB / MALARIA MOH -SR


Authority)
TDRC (Tropical Diseases Research Centre) Malaria MOH -SR

NMEC (Zambia National Malaria Elimination Malaria MOH -SR


Centre)
Hubs HIV / TB / MALARIA MOH -SR

Health Facilities HIV / TB / MALARIA MOH -SR

Name of PRs and SRs Disease Component PR / SR


NAC (National AIDS Council) HIV/TB MOH -SR
Ministry of Education (500 Schools) HIV/TB MOH -SR

NGO for HIV Prevention HIV/TB MOH -SR

University Teaching Hospital HIV/TB MOH -SR

Page 21
Attachment I

TEMPLATE FRAMEWORK CONTRACT FOR LOCAL FUND AGENT SERVICES

Global Fund Framework Contract for Local Fund Agent Services provided as a separate
file.

Page 22
Attachment J

TEAM STRUCTURE OVERVIEW

TGF Sourcing Application: Offerors must upload the duly completed team structure
overview under the technical proposal section in the TGF Sourcing Application.

Editable version of the team structure overview table is provided as a separate file together
with attachment G.

Page 23

You might also like