ROINN

TENDER NOTICE: PROVISION FOR HEALTH POLICY ANALYST CONSULTANCY.

WhatsApp
Twitter
Email
LinkedIn
Instagram

The Embassy of Ireland under the Department of Foreign Affairs of the Government of Ireland, is responsible for promoting Ireland’s interests and values abroad. The Department has over 90 Embassies and Permanent Missions around the world including 14 Embassies in Africa.

The Embassy of Ireland Tanzania implements the Department’s foreign policy in a number of areas which include consular services, trade, political and development, all of which are guided by the ‘Global Island, Ireland’s Foreign Policy for a Changing World’ and other relevant policies. The Embassy of Ireland Tanzania is also responsible for diplomatic engagements with four countries of secondary accreditations (Burundi, Comoros, DRC, and Seychelles) and the East African Community.

The Embassy of Ireland has a substantial portfolio of partnerships in health in Tanzania, focused on primary health care, sexual and reproductive health, nutrition and human resources for health. The largest investment is via the Health Basket Fund. The Embassy is the current incoming chair of the Development Partners’ Group on Health. Our Deputy Head of Cooperation will become the Chair on 01 July 2023 until 30 June 2024. The chairing of the DPG-Health provides an opportunity for the Embassy to position itself at the centre of health policy dialogue in Tanzania.

SPECIFICATION/REQUIREMENTS

The Embassy wishes to invite qualified health policy analyst to support the Embassy in engaging a wide range of health policy matters during the chairing of the DPG-Health. A suitable candidate should possess the following qualities:

  • Substantial, broad knowledge of health policy issues in Tanzania
  • Excellent written and spoken communication skills in English
  • Ability to distil and synthesise complex issues into succinct briefings
  • Excellent research and analysis skills

MINIMUM REQUIREMENT

Applicants must submit both a Technical and Financial proposal including:

  1. A Company profile and proof of legal certificates and affiliations;
  2. Cover letter expressing interest;
  3. Curriculum Vitae CV
  1. Background

The Embassy of Ireland is the current incoming chair of the Development Partners’ Group on Health. Our Deputy Head of Cooperation will become the Chair on 01 July 2023 until 30 June 2024. The chairing of the DPG-Health provides an opportunity for the Embassy to position itself at the centre of health policy dialogue in Tanzania.

The Embassy of Ireland has a substantial portfolio of partnerships in health in Tanzania, focused on primary health care, sexual and reproductive health, nutrition and human resources for health. The largest investment is via the Health Basket Fund. A Health Programme Manager is responsible for the management of these partnerships and grants, supported by a Programme Officer, under the guidance of the Deputy Head of Cooperation.

Taking on the role of DPG-Health chair in addition to managing the portfolio of health grants and partnerships will bring an additional work which will require extra capacity. The Embassy proposes to procure the services of a health policy analyst for this purpose

2. Function

The health policy analyst will support the Embassy in engaging a wide range of health policy matters during the chairing of the DPG-Health. Specific tasks will include:

  • Help design the annual work plan for the DPG-Health and the agenda for its monthly meetings and annual retreat
  • Preparing briefings in advance of monthly DPG health meetings, bi-monthly meetings with the Permanent Secretary and annual health sector review meetings.
  • Provide dedicated analysis on topical health policy issues of interest to the Embassy and the DPG-Health.
  • Represent the Embassy at DPG-Health working groups.
  • Engage with the DPG-Health troika, the DPG-Health secretariat (WHO) and DPG-Health memberships to solicit and compile views on policy issues.

3. Reporting line and location

The health policy analyst will work under the supervision of the Health Programme Manager. The
health policy analyst will be primarily home based with weekly meeting in the Embassy of Ireland in
Dar es Salaam. The role will include periodic travel to Dodoma and potentially elsewhere within
Tanzania.

4. Timeframe

The health policy analyst will work from June 2023 until July 2024. She/he will be expected to work
eight days per month, with potential for some seasonal variation. A work plan will be agreed on a
quarterly basis.

5. Selection Criteria

The contractor should possess the following qualities:

  • Substantial, broad knowledge of health policy issues in Tanzania
  • Excellent written and spoken communication skills in English
  • Ability to distil and synthesise complex issues into succinct briefings
  • Excellent research and analysis skills

Award Criteria
The contract for the requested services will be awarded on the basis of Most Economically
Advantageous Tender. Marks will be awarded according to the Award Criteria outlined below.
Tenderers must score the minimum marks for criteria 1 and 2 in order to be considered for awarding of the contract.

The proposal will be evaluated against the following criteria:

Tenderers scoring less than 50% in criteria 1 or 2 will be rejected and will not advance to the
financial evaluation stage.

Scoring Methodology (Award Criteria 1 and 2)

Marks for cost will be allocated using the following formula:

The cost evaluation will be based on the daily professional fee rate presented. Cost should be inclusive of all domestic travel, accommodation and subsistence, be exclusive of VAT and submitted in the Financial Submission (Appendix 1). The price quoted must be fixed and not subject to revision (including possible extension).

6. Tender Submission

Tenders must be submitted via [email protected]
Submissions must be received no later than 18:00hrs (local time) on 30th March 2023.
The deadline for receipt of clarification questions is 18:00hrs (local time) on 22nd March 2023.
Late tenders will not be accepted.

General Terms and Conditions

Freedom of Information

Tenderers are advised that the Embassy is subject to the Freedom of Information (FOI) Act, 2014. If a Tenderer considers that any of the information supplied in their Tender response is either
commercially sensitive or confidential in nature, this should be highlighted and the reasons for it
sensitivity specified. In such cases the relevant material will, in response to a request under the FOI
Act, be examined in the light of the exceptions provided for in the Act.

Conflict of Interest

Tenderers must disclose in their submissions details of any circumstances, including personal, financial and business activities that will, or might, give rise to any conflict of interest associated with any current or previous engagement/programme undertaken, or any relationship that may reasonably be perceived to potentially conflict or impact on their ability to participate in the Tender Process or fulfil the requirements of the engagement. This also includes any sub-contractor.

Failure to disclose a material conflict of interest may disqualify a Tenderer or cause the termination of any subsequent contract and entitle the Embassy to seek remedies, such as cost or compensation for loss.

Where Tenderers identify any potential conflicts they should state how they intend to avoid such
conflicts. The Embassy reserves the right to reject any submission which, in the Embassy’s opinion,
gives rise, or could potentially give rise to, a conflict of interest.

Tenderers or any of their affiliates shall not be assigned any engagement which, by its nature, may be in conflict with another engagement of the Tenderer. The Embassy may accept the participation of a Tenderer that has been engaged in the preparation of a project if it can be demonstrated that no unfair advantage is given to the Tenderer and that the tendering process offers equal opportunities to all Tenderers.

Tendering Costs

The Embassy will not be liable in respect of any costs incurred by Tenderers in the preparation of
tenders or any associated work effort, including the supply of equipment, where relevant, for
evaluation and the return of such equipment to Tenderers, following such evaluation.

Content of Tender

Information supplied by tenders will be treated as contractually binding. However, the Embassy
reserves the right to seek clarification or verification of any such information. Post-tender
qualifications or revisions will not be acceptable and may invalidate the tender.

The Embassy reserves the right to update or alter the information contained in this document at any time, but not later than 7 days before the closing date of the call for tender. Participating tenders will be so informed, should the need arise.

The Embassy reserves the right to request additional information from the tenders after the closing
date.

Interpretation of the Tender

It is the duty of the Tenderer to fully understand and correctly interpret this tender. At all times, the
tenderer has the responsibility to notify the Embassy, in writing, of any ambiguity, divergence, error, omission, oversight, or contradiction contained in this tender, as it is discovered, or to request any instruction, decision, clarification or direction that tenderers may require to prepare a tender.

Whilst every endeavour has been made to give Tenderers an accurate description of the requirements, Tenderers should form their own conclusions about the methods and resources needed to meet these requirements. The Embassy does not accept responsibility for the Tenderers’ assessment of the requirements.

Tender Acceptance or Rejection

The Embassy reserves the right to hold Tenderers strictly to the terms and conditions submitted in
their tenders and also reserves the right to accept or reject in whole, or in part, any or all
submissions in response to this tender. Tenderers are specifically notified that failure to comply
with or respond to any part of this tender (other than those elements clearly indicated as optional)
may result in rejection of their submission as non-compliant. Tenderers whose submissions are not
accepted will be notified in writing on finalisation of the competition.

Right to Amend or Terminate the Tender Process

The Embassy may, in its absolute discretion:

  • change the basis of, or the procedures (including the timetable) relating to the tender process;
  • reject any or all of the tenders;
  • invite Tenderers to proceed further at any stage of the tender process;
  • furnish Tenderers with additional information in respect of any aspect of the Services; or
  • abandon the tender process.

Insurance

Tenderers, if awarded a contract under this competition, shall ensure that they are adequately insured on normal and customary terms against the risks which may arise or be occasioned by the work to be carried out and in particular, shall ensure that such insurance includes (without limitation) public liability insurance and professional indemnity insurance with an adequate limit having regard to the nature and extent of such work. The successful Tenderer will furnish the Embassy upon request with copies of all such insurance policies together with evidence that all associated premiums have been duly paid up to date.

Governing Law

The work carried out by the Service Provider, irrespective of where their offices are located, shall be
deemed to be carried out in Tanzania and shall be governed by the laws of Tanzania.

Appendix 1

Financial Submission

Fee Rate

Tenderers are requested to complete the pricing template below with the fixed fee rate in respect of the services specified in the Terms of Reference. This fee quoted must be inclusive of all costs (e.g. domestic travel, facilities, equipment, supplies, telephone, email, IT, institutional levy and any other third party costs) all exclusive of VAT.

This fee shall be fixed for the duration of this engagement, including any permitted extensions. The
fee rates quoted must relate to productive (working) time.

TOTAL COSTS

Appendix 2

Confirmation of Bona Fides

We the undersigned do offer in accordance with the Terms of Reference specified therein to provide professional services for the Department of Foreign Affairs at the daily fee rate set out in Appendix I and subject in all respects to the Terms of Reference and Terms and Conditions of Contract published with this call for tenders which we have read and accepted.

We confirm that all information and commitments contained in or referred to in our tender are (i)
accurate and correct, and (ii) accurately reflect our actual current operational and financial capability.

We confirm that our tax affairs are in order and that, if awarded the contract, we will be in a position to provide the Department promptly with a current valid Tax Clearance Certificate from the Irish Revenue Commissioners

We acknowledge that no legally binding agreement exists between us unless and until our offer is
accepted by you and a contract in the form set out in this request for tenders has been concluded.

We understand that the Minister of Foreign Affairs is not bound to accept the lowest or indeed any
tender it may receive and may abandon or terminate the tender process at any time.

Signature of tenderer or authorised agent:

Printed Name:
Name of Tenderer:
VAT No:
Postal Address:
Telephone no:
E-mail:

Appendix 3

Personal Situation Declaration Form

This Declaration of compliance with Regulation 57 of the European Union (Award of Public Authority Contracts) Regulations 2016 (SI 284 of 2016) must be signed by all Contractors/Suppliers.

Any Contractor/Supplier who is unable to answer NO to all of the questions relating to the Mandatory Eligibility Criteria will be assessed as a “Fail”.

Any Contractor/Supplier who is unable to answer NO to all of the questions relating to the
Discretionary Eligibility Criteria may be assessed as a “Fail” and the Contractor/Supplier may, at the
discretion of the Contracting Authority not be admitted to the tender.

THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE
CONTRACTOR/SUPPLIER’S ORGANISATION.

I certify that the information provided above is accurate and complete to the best of my knowledge
and belief.

I understand that the provision of inaccurate or misleading information in this Declaration may lead
to my organisation being excluded from participation in this and future competitions.

Signed on Behalf of the Contractor/Supplier identified above, by:

WhatsApp
Twitter
Email
LinkedIn
Instagram

Related