ENGAGEMENT OF TECHNICAL SERVICE ORGANIZATION FOR FOR THE ENGAGEMENT OF A TSO TOWARDS THE DEPLOYMENT OF THE EN-LIS

The product of this assignment shall be the deployment of the eN-LIS and submission of data into the eN-LIS from facilities across all the Local Government Areas (LGAs) of Nigeria.
Activities shall include the implementation of all the activities towards the deployment of the eN-LIS; Conduct Laboratory tool pilot test training, Conduct Orientation on the use of LIS assessment tools and validation of finalized lab tools, Printing of finalized Laboratory tools, Support LIS Dissemination meeting, Conduct zonal ToT on Laboratory Information System including new data collection tools, Conduct two-day training of facility staff on LIS and Conduct Biannual Laboratory Data Quality Assessment (DQA) & mentorship.

 

As part of its scope, the Service Provider should facilitate the logistics and support of the conduct of the
below listed activities;

 

1.      Laboratory tool pilot test training,

2.      Orientation on the use of LIS assessment tools and validation of finalized lab tools,

3.      Printing of finalized Laboratory tools

4.      LIS Dissemination meeting

5.      Zonal ToT on Laboratory Information System including new data collection tools

6.     Two-day training of facility staff on LIS

7.      Biannual Laboratory Data Quality Assessment (DQA) & mentorship.

 

Background Currently, different types of laboratory information management systems LIS exist in Nigeria across implementing partners and disease programs. There is LIMS for HIV, TB, Malaria etc. The available LIS exists in fragments and are being managed by different stakeholders. The importance of a national LIS to manage the routine operations of a medical laboratories cannot be overemphasized because it provides the opportunity of individualized dashboards for laboratories through which quality indicators, performance indicators, inventory management, data transfer/storage and analysis can be done at the laboratory level. One of the biggest and accessible LIS in the country is the one being used for HIV Viral load and EID sample management. 

The N-LIS when implemented, will reduce paper reporting and manual interference in the system significantly leading to eventual savings of resources and shortening of Turn Around Time (TAT). The eN-LIS will interface with different reporting systems such as SORMAS, DHIS 2, NDR having data sources like EMR, eTB, paper-based N-LIS and other Health Information Systems (HIS). The block diagram from the proposed system is shown below:


NACA has engaged a consultancy firm for the development and management of the Nigeria Laboratory
Information Systems (eN-LIS) software. The first minimum viable product has been developed and ready for pilot and eventual national deployment.

To this end, NACA seeks to engage a technical service organization for the facilitation and deployment of the eN-LIS to facilities in the 774 LGAs of Nigeria.

 

2.   Goal and Objectives

 

Specific objectives

 

·        To support the logistics required for the eN-LIS tools pilot training for personnel from selected facilities

·        To support the logistics required for the national dissemination of the eN-LIS

·        To support the logistics required for the capacity building of laboratory personnel on the eN-LIS from selected facilities

·        Support the logistics required for the validation of the finalized eN-LIS tools

·        Support the printing of the printing of the finalized lab tools

·        Support the logistics required for the national eN-LIS dissemination meeting

·         Support the logistics required for the biannual data quality assessment (DQA)

·         To carry out analysis of pilot data and progress report.

 

The scope of work and expected outputs/deliverables will be the following:

There are seven (7) sub activities that would be required for the national deployment of the eN-LIS for use at the supported 774 laboratories. If implemented, the sub activities would ensure that the eN-LIS is deployed to all supported facilities, laboratory personnel are trained and the quality of data submission
from supported laboratories is assured.

 

1.      Conduct Laboratory tool pilot test training; This sub activity will be conducted towards the commencement of the eN-LIS pilot at the facilities selected by the stakeholders towards the pilot of the eN-LIS being implemented under RSSH II grant

2.      Conduct Orientation on the use of LIS assessment tools and validation of finalized lab tools; This sub activity will be conducted towards the finalization of the draft eN-LIS tools based on the result of the pilot testing

3.      Printing of finalized Laboratory tools; This sub activity will be carried out towards the printing of the finalized eN-LIS tools (Monthly Summary Forms) for data collection in facilities that may not have access to internet connectivity.

4.      Support LIS Dissemination meeting; This sub activity would be conducted at the regional levels (6 geopolitical zones) towards the sensitization and deployment of the eN-LIS at the regional levels. It would involve dissemination meetings of the eN-LIS to relevant stakeholders at the regional levels.

5.      Conduct zonal ToT on Laboratory Information System including new data collection tools;
This sub activity would be conducted at the regional level (6 geopolitical zones) to create a pool of trainers that would be selected by the FMOH/MLSD for the training if DECs and other relevant staff at the facility level.

6.      Conduct two-day training of facility staff on LIS; This sub activity would entail trainings of relevant staff on the eN-LIS DSA for 848 participants drawn from 774 public secondary HFs & 37 tertiary HFs/ Trainings to be conducted at states by the pools of trainers

7.      Conduct Biannual Laboratory Data Quality Assessment (DQA) & mentorship – This sub activity would be carried out by experts towards the verification of data quality at supported facilities bi-annually.

 

The minimum required
qualification and experience of professional staff are as follows:

Key
expert qualifications and competence for assignment

The
proposed technical service organization (TSO) team shall comprise a minimum
of five (5) key experts and well-established project management
structure.  The service provider should
take responsibility of the project and independently deliver the project with
clear directives on the selection of sites, participants and structure by
NACA, FMOH/MLSD and NCDC. The TSO should be able to interact with key
stakeholders in the Health sector in Nigeria to ensure deployment of the
eN-LIS. Each key expert should be clearly designated.

The
team must be proficient in English.

The
minimum qualifications of the key experts required for the assignment are as
follows:

 

Key
Expert 1 – Team Lead

Education


First Degree in the field of ICT or in a field related to the scope of the
assignment.


Postgraduate Qualifications / Professional Certifications in the field of
Project Management,

Service
Management or any other related field would be an advantage.

Experience


Minimum of 7 years’ experience in the field of Software / Product deployment


Minimum of 2 years’ experience in management / supervision of operations and
support for

large
scale project implementation preferably in the management of LIMS

Written
evidence for experience claimed in the form of reference letters from the
client should be provided in the technical proposal.

Skills
and competencies:


Strong leadership and planning skills.


Strong understanding of needs and issues of non-profit companies.


Strong analytical skills.

Language


Excellent written and spoken English is required. Report writing skills is a
must.

 

 

Key
Expert 3 – Finance Manager

Education


A degree in Financial Management or Accounting or closely related field(s).


Professional Certifications in Financial Management or Accounting


Minimum of 5 years’ experience working in the NGO sector and in the financial
management of a project of similar scope and value.

 

Key
Expert 4 – Finance Officer (X4 staff)

Education


A degree in Financial Management or Accounting or closely related field(s).


Professional Certifications in Financial Management or Accounting


Minimum of 2 years’ experience working in the NGO sector and in the financial
management of a project of similar scope and value.

 

Key
Expert 5 – Procurement Manager

Education


A degree in Procurement or closely related field(s).


Professional Certifications as may be appropriate


Minimum of 5 years’ experience working in the NGO sector and in the financial
management of a project of similar scope and value.

 

 

Key
expert 6 – Project Officer:

 

Minimum
of BSC in a related field with at least 3 years’ experience working in the
NGO sector

Experience
working or managing and using LIMS would be an advantage.

 

 

 

Although
6 profiles are presented, the assignment may be completed by more than 7
personnel.

Hence,
it is acceptable that 1 person does not fulfill the requirements of 1 or more
of the expertise listed above. In presenting the proposal, the bidders should
indicate clearly the proposed experts for each of the required positions, and
how they meet the criteria listed above. Bidders should also state clearly
for which positions the personnel are being proposed.

 

 

1.   
General Eligibility Criteria

Other
documents required to be submitted with the proposal are:

GENRAL ELIGIBILITY CRITERIA

 

a.  
Evidence of
Certificate of Incorporation with the Corporate Affairs Commission (CAC)
including Form CAC1.1 or CAC02 and CAC07.

b.  
Evidence of
Company’s Income Tax Clearance Certificate for the last three (3) years (2019,
2020 and 2021) valid till 31st December, 2022.Minimum Turnover of N10 million
for
 the referenced
years;

c.   
 

d.  
Evidence of
Pension Clearance Certificate valid till 31st December, 2022

e.  
Evidence of
Industrial Training Fund (ITF) Compliance Certificate valid till 31st December,
2022.

f.   
Evidence of current
Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till
31st December, 2022;

g.  
Sworn
Affidavit:

a.   
Certifying
that the company is not in receivership, insolvency or bankruptcy. Stating that
no officer of NACA or Bureau of Public Procurement is a

b.   
Director or
Shareholder or has any pecuniary interest in the bidder.

c.    
Also, that
none of the Directors of the Company has been convicted for a criminal offence
in relation to fraud or financial impropriety in any court in Nigeria or
elsewhere.

d.   
And that all
information presented in the bid is true and correct in all particulars.

h.    
Company’s
Audited Account for the last three (3) years (2019, 2020 and

2021)

i.     
Reference
Letter from a reputable commercial bank within the period of the advert  indicating willingness to provide credit
facility for the execution of the project when needed;

j.     
Company’s
profile with the Curriculum Vitae of the Key Staff to be deployed for the
consultancy, including copies of their Academic/ Professional qualifications;

k.     Verifiable document of 3 similar jobs executed in
the last Ten (10) years including Letter of Award and completion certificates

l.      The minimum validity period of the Tender should be One Hundred and
Twenty (120) Days:

m.   Signed Cover letter attached to the technical submission with the
company’s letter head. Any submission without a cover letter will be
disqualified:

                     
i.       
Copies of staff academic certificates should be
provided by firm in their submission

SCOPE OF WORK SPREAD SHEET LINK

 

https://naca.gov.ng/wp-content/uploads/2023/03/Copy-of-Budget-assumptions-for-Activities-being-proposed-for-eN-LIS-deployment-Blank-.xlsx

 

COLLECTION
OF REQUESTS FOR PROPOSAL (RFP) DOCUMENT

https://naca.gov.ng/wp-content/uploads/2023/03/SBD-ENLIS-Financial-Expert-Clean-copy-21st-March-2023.pdf

 

 

SUBMISSION OF TENDER DOCUMENTS

Prospective
consulting firms are to submit two  (2)
hard copies  (one original & another copy) of the requested documents and
financial bid. Thereafter, the Tenderer shall enclose the original in one (1)
envelope and all the copy of the Tender in another envelope, duly marking the
envelopes as “
ENGAGEMENT OF A TSO TOWARDS THE DEPLOYMENT OF THE
EN-LIS

 

 ” and “FINANCIAL.” The two (2) envelopes shall then be enclosed and
sealed in one (1) single outer envelope after registration using the NACA bid
register.  Vendors are expected to
register their submission into the bid register and place their submission in
the assigned Bid Box at the front of the reception of the Agency.

 

a.    
Prospective bidders
can submit their documents as a Joint Venture with relevant documents provided
in line with the requirements stated in the SBD
.

 

2.  
DEADLINE FOR
SUBMISSION

The deadline for the
submission
of Tender
should not be later than 12 noon of 20th April 2023 . Clarification can be obtained at the
Office of the Head of Procurement,
Ground Floor, NACA main building
,
3 Ziguinchor Street. Wuse Zone 4. Abuja. The bids will be opened immediately
after close of submission.

            

3.    
GENERAL INFORMATION

  1. Bids
    must be in English Language and signed by an official authorized by the
    bidder;
  2. Bids
    submitted after the deadline for submission would be rejected;
  3. NACA reserves
    the right to evaluate and award per line item and in the event of
    exigency, NACA may vary the quantities/quality of the items during the
    time of evaluation, award and execution of contract with respect to this
    invitation to tender
    ;

iv.  
NACA
is not bound to shortlist any Consultant, and reserves the right to annul the
bidding process at any time without incurring any liabilities or providing
reason.

12.0    ADDRESS FOR INFORMATION AND SUBMISSION OF
PROPOSALS

Attention:

Head Procurement

National Agency for the Control of AIDS
(NACA) 

Ground Floor Room 1.08

No. 3 Zinguinchor
Street, Beside AEDC Office, Wuse zone 4, Abuja

Email: [email protected]

Tel: +234-9-4613726-9 Fax: +234 94613700

 

13.0
GLOBAL FUND CODE OF CONDUCT

You
shall get acquainted with the global fund code of conduct for suppliers using
this link below:
https://www.theglobalfund.org/media/3275/corporate_codeofconductforsuppliers_policy_en.pdf

Accepting
this invitation shall serve as an acknowledgement and agreement to abide by the
Global Fund Code of Conduct for Suppliers.

 

14. Notes/Disclaimer

i.    Late
submissions will not be accepted.

ii. 
NACA shall verify any or all documents and claims made by applicants and
will disqualify   consultants with
falsified documents and claims.

iii. If it is determined that
submitted documents and claims have been falsified, the consultant may face
prosecution in a court of Law.

ii.    NACA
shall not be held responsible for any disqualified proposal as a result of any
omission or deletion relating to the submission guidelines.

iii.   This
advertisement shall not be construe a contract to any Consultant, nor shall it
entitle any Consultant submitting documents to claim any indemnity from NACA.

iv.   NACA
is not bound to shortlist any Consultant, and reserves the right to annul the
bidding process at any time without incurring any liabilities or providing
reason.

 

Signed

Management.

 

Share on facebook
Share on twitter
Share on linkedin
Share on whatsapp
Share on email
Share on pocket
Share on pinterest

Related News