Registered Users
1,882,933
Posted Jobs
103,747

Background

The USAID Global Health Supply Chain Program – Procurement and Supply Management project (GHSC-PSM), managed by Chemonics International, initiated its activities with the aim to ensure uninterrupted supplies of health commodities to prevent suffering, save lives, and create a brighter future for families around the world. The GHSC-PSM project is the primary vehicle through which USAID: 1) procures and provides health commodities; 2) provides technical assistance to improve partner countries’ management of the supply chain; and, 3) collaborates with key international stakeholders to support global health initiatives. The project initiated its activities in Pakistan from July 2016 and providing technical support to the health and population sector of the Government of Pakistan (GoP), The project work plan includes providing technical assistance to the GoP for sustainable strengthening of supply chain management systems which include; strategy and planning; forecasting and supply planning; procurement; quality assurance; warehousing and inventory management; transportation and distribution; MIS; monitoring and evaluation; and human resource capacity development. As part of the project activities, the project needs to hire services of private firm to improve their capacity for Pakistan LMIS sustainability:

 

USAID Global Health Supply Chain Program-Procurement and Supply Management (GHSC-PSM program) is soliciting quotations / proposals from potential and eligible bidders.

 

Last date of submission of sealed quotations / proposals is COB July 31, 2019.

 

Interested firms are requested to collect the RFQ through submitting request to [email protected]. A pre-bidder’s conference will be held on July 24, 2019 to address all the queries related to the project. The venue will be disclosed at the time of collection of RFQ’s by interested firms.

 

Only registered/active tax-payers are eligible for submission of proposals. USAID GHSC-PSM program reserves the right to accept or reject any or all quotation(s), and to cancel the procurement process any time prior to award of contract, without obligation to inform the bidder/s.

 

  1. 1.       Scope of work

GHSC-PSM project has designed and developed Logistics Management Information System (LMIS) (www.lmis.gov.pk) for contraceptives and vaccine. Both systems require standard 03 levels of support for any enhancement / application improvements of v/c LMIS and any issue related to server outside the National Telecommunication Corporation (NTC) domain like software configuration at server level etc. The GHSC-PSM project intends to hire services of firm having relevant experience with excellent background through competitive process to support sustenance of LMIS within the public sector. The project will initially lend a hand with the selected firm and will build their capacity on change management, system enhancement, application improvement, scale up and help desk so that later they could handle it independently.     

Successful bidder must employ a leadership approach to make the undertaking a success where the aim will not only be consolidation of existing gains but to further drive the impetus to derive meaningful benefits out of existing as well as future work   Both PBS and Federal EPI will be termed as competent authority in the following text. Offeror should ensure and provide the following:

  1. Offeror will receive training on level 1, 2 and 3 support from the GHSC-PSM project and takeover the cLMIS/vLMIS source codes and Databases for future maintenance of the software. After handing over LMIS to the Offeror, LMIS maintenance will be Offeror responsibility during the contract period. All levels are explained as under:
    1. Offeror will be providing level 1 support where it will receive support calls/emails and provides basic support and troubleshooting, such as password resets, work instructions, ticket routing and escalation to Level 2 and Level 3 support. A Level 1 team will gather and analyzes information about the user’s issue and determine the best way to resolve their problem. Level 1 may also provide support for identified Level 2 and Level 3 issues.
    2. Offeror will be providing the level 2 support where it handles break/fix, configuration issues, troubleshooting, software installations at the LMIS servers end. Maintenance team will spearhead the issue resolution with the help of NTC or where LMIS services resides.
    3. Offeror will be providing the level 3 support that includes hardcore software development including error/bugs/faults fixing, configuration, database administration and other complex issues. This team will deploy the enhancements as per guidance and direction of the competent authority.
  2. Offeror will use ticketing system for DevOps and keep competent authority in loop e.g. JIRA, Asana, Bugzilla etc.
  3. Offeror will use prototyping for the new enhancements and provide demo to competent authority before development and start development on their written approval.
  4. LMIS is based on 64bit LAMP (CentOS-7.6, Apache-2.4, PHP-5.6, MySQL-5.7) architecture hosted on WHM/cPanel based servers, hence the Offeror will make sure that it has pre-requisite man power all the time especially the technologies and tools identified in vendor requirement section
  5. Offeror needs to update the documentation as LMIS application which is distributed over different modules and components.
  6. Offeror will work closely with the public sector organization with in Islamabad capital territory, to be identified at signing of contract, for change management, capacity building and deployment of LMIS. Depending on the provincial needs, the offeror may require to travel to provinces.
  7. Since the timeline for this assignment will end by September 30, 2019, however, it could be extended for another 3- 6 months depending on funds availability and mutual consent.
  8. Offeror will certify that their proposed project staff will be engaged 08 hours per day 06 days a week to accomplish the prescribed Scope of Work.

 

Short Listing Criteria:

The proposals will be shortlisted on the basis of technical approach adopted and its presentation to the project team as well as organizational/ institutional capacity of the offeror.

 

Evaluation Criteria:

Criteria

Max Score

Technical Approach

80% (Minimum qualifying threshold is 60%)

Company years of work in PHP/MySQL

Max. 25 Points: Five (5) points for each year

Quality of Resources (Provide CVs)

40 Points:

 

20 points: Qualification

Programmers: CS/IT or relevant degree

QA/Support: Bachelor’s degree

 

20 points: Relevant Experience

Programmers: Min. Five (5) years in PHP/MySQL

QA/Support: Min. Five (5) years 1st/2nd level support experience

Team Structure

5 Points

Support Methodology

10 Points

Financial

20%

 

Pre-bid meeting:

Pre-bid meeting with interested firms will be arranged at the date and venue specified in the RFP

 

a)      Deliverables/estimated pay out schedule

The services mentioned above will be rendered to the public sector recipients (federal and provincial governments. The vendor will coordinate with GHSC-PSM team for the delivery of services and procurement staff for submission of invoices for the services rendered. The vendor will also certify for the services delivered by the concerned project staff.

GHSC-PSM will pay the vendors invoice after every month within thirty (30) business days after both

a)       Project approval of the vendor’s deliverables,

b)      and Project’s receipt of vender’s invoice.

Payment will be made in Pakistan Rupees, paid either through a crossed check or a direct deposit in the account specified in the invoice.

b)      Dates:  The effective date of this services agreement would be the signing date of contract.

 

  1. 2.       Vendor Requirements (including explanations)

GHSC-PSM project intends to award subcontract resulting from this solicitation to the responsible offeror whose proposal meets technically acceptable criteria and offers the lowest evaluated cost. Preference will be given to bidders offering local & novel solutions to existing LMIS implementation challenges. A proposal will be considered technically acceptable if it meets (or exceeds) the following criteria;

 

Mandatory requirements:

  1. The Offeror must have at least 02 resources for level 3, 01 resource for level 1 support
  2. Level 1 resource must have experience of coordination of a software product
  3. The Offeror has experience with ticketing software like JIRA etc.
  4. All bidders must provide substantiating documents to validate the status of firm includes Registration, NTN, GST etc.
  5. The Offeror must have demonstrated expert level command on latest PHP frameworks, LAMP.