BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: info@bou.or.ug EXPRESSION OF INTEREST FOR THE PROVISION OF MANAGED SECURITY SERVICES SUBJECT OF PROCUREMENT: PROCUREMENT REFERENCE NUMBER: DATE OF ISSUE: EXPRESSION OF INTEREST FOR THE PROVISION OF MANAGED SECURITY SERVICES BOU/SRVCS/15-16/00272/C March 19, 2016 Page 1 of 15
1. Introduction Bank of Uganda wishes to engage the services of an experienced Managed Security Services provider (MSSP), to improve security monitoring, detection, prevention and incident response. The Bank of Uganda Computing Network is comprised of its HQS campus network, with WAN links to remote branches in locations around the country. The HQS campus network is linked to the Bank s Backup Site. There are connections to the internet and VPN connections to the BOU clients. 2. Purpose This request for EOI is intended to identify highly skilled and experienced vendors that have the capacity to provide Managed Security Services to Bank of Uganda. After review and evaluation of the Proposals submitted by MSSPs, the Bank will shortlist suitable providers that will be availed detailed requirements and invited to bid for the provision of Managed Security Services. 3. Scope a) The Managed Security Services shall cover the whole Bank of Uganda Computing Network at headquarters, branches and backup sites. b) The MSSP that is ultimately selected to provide these services shall be expected to: i. Supply and install any equipment, and perform any services identified as prerequisites to the provision of Managed Security Services. ii. Provide Managed Security Services on a 24 hour-a-day, 7 days-a-week, and 365 days-ayear basis for a period of not less than one year. 4. Eligibility Requirements A Bidder, and all parties constituting the Bidder, shall meet the following criteria to be eligible to participate in this procurement; a) The bidder shall provide evidence of providing such services to financial institutions in the Africa region in the last 3 years. b) The bidder shall provide a list of at least 3 customer reference sites and contact information that BOU can use to establish the levels of customer satisfaction. c) The bidder s product should have been submitted to Gartner Magic Quadrant study no more than 3 years ago, and the solution should have featured among either the Leaders or the Challengers. d) The bidder should list any negative comments noted by Gartner and mention their action plan for addressing the comments 5. Expected Deliverables from MSSP The expected deliverables from the MSSP include but are not limited to the following: a) Protection from cyber-attacks. b) Incident detection, analysis, alerting, prevention and remediation. c) Log and event data management for the duration stipulated in the contract. Page 2 of 15
d) 24 hours a day, 7 days a week, 365 days of a year monitored and managed services. e) Periodic reports summarizing incidents, responses, and any other observations relevant to the services. f) Annual onsite Bank of Uganda Computing systems assessments and recommendations Detailed technical requirements for the Provision of Managed Security Services will be provided to vendors who are shortlisted as a result of this request for EOI. For the expression of interest proposal, firms are expected to demonstrate ability to Provide Managed Security Services, by providing detailed experience in having provided such services to other entities and the extent/scope of those services. The bidder should provide at least three (3) reference sites, with contact information for purposes of verification. 6. Instruction to bidders 6.1 Bidder Participation 6.1.1 A Bidder, and all parties constituting the Bidder, shall meet the following criteria to be eligible to participate in this procurement: I. the bidder has the legal capacity to enter into a contract; II. the bidder has the following documents or equivalent a. A certificate of Incorporation /registration of the Firm or its equivalent; b. A valid Trading License of the Firm or its equivalent; c. A signed statement indicating that the vendor does not have a conflict of interest in the subject of procurement; d. Company Profile information concerning the firm s activities. e. Registered/Notarized Power of Attorney Where the business of the bidder is not registered in Uganda and a document required above is not available in the Country of the bidder, the bidder shall submit its equivalent or alternative document or statement on company letter head affirming that the document is not available in the country of the bidder. III. the bidder is not: a. insolvent; b. in receivership; c. bankrupt; or d. being wound up IV. the bidder s business activities have not been suspended by either the Public Procurement and Disposal Authority of Uganda or other International Bodies such as IMF, World Bank, UN, AfDB, etc to which Uganda is a member. V. the bidder is not the subject of legal proceedings for any of the circumstances above and VI. the bidder has fulfilled his or her obligations to pay taxes and social security contributions where applicable. This Procurement shall be conducted under the Bank of Uganda Procurement and Disposal of Assets Regulations. 6.1.2 A Bidder may be a natural person, private entity, government-owned entity, or any combination of them with a formal intent to enter into an agreement or under an existing Page 3 of 15
agreement in the form of a joint venture, consortium, or association. In the case of a joint venture, consortium, or association, all parties shall be jointly and severally liable. For bids submitted by an existing or intended JV, a Power of Attorney from each member of the JV nominating a Representative in the JV and a Power of Attorney from the JV nominating a representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution. 6.1.3 The Bidder shall prepare one original of each of the documents comprising the Proposal as described and clearly marked ORIGINAL. In addition, the Bidder shall submit 2 copies of the Proposal, and a soft copy on a CD or flash disk. In the event of any discrepancy between the original and the copies, the original shall prevail. 6.1.4 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorised to sign on behalf of the Bidder. This authorisation shall consist of a Power of Attorney which if signed in Uganda shall be registered and if signed outside Uganda, shall be notarized and shall be attached to the bid. The name and position held by each person signing the authorisation must be typed or printed below the signature. All pages of the bid, except for unamended printed literature, shall be signed or initialled by the person signing the bid. 6.1.5 A firm that is under a declaration of suspension by any Authority, at the date of the deadline for bid submission or thereafter before contract signature, shall be disqualified. 6.1.6 Government-owned enterprises shall be eligible only if they can establish that they are legally and financially autonomous and operate under commercial law. 6.1.7 Bidders shall provide such evidence of their continued eligibility satisfactory to the Procuring and Disposing Entity, as the Procuring and Disposing Entity shall reasonably request. All related supplies and staff employed under the contract shall have their origin or nationality in an eligible country. 6.2 Qualification of the Bidder 6.2.1 To establish its qualifications to perform the Contract, the Bidder shall complete and submit: I. The Experience in providing Managed Security Services and related infrastructure detailing the scope of projects previously undertaken, the value of the contract and contact details of at least 3 entities for which similar Services were supplied. II. The information (Section 6.1) and eligibility documents detailed in section 8. 6.3 EOI preparation cost 6.3.1 The Bidder shall bear all costs associated with the preparation and submission of the EOI. The Bank shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6.3.2 All documents submitted with the EOI shall not be returnable. 6.4 Right to accept and reject any or all the EOI 6.4.1 The Bank reserves the right to accept or reject any EOI or annul the short listing process at any time in the process. 7. Preparation and submission of EOI document 7.1 Language Page 4 of 15
7.1.1 All information in the EOI must be in English. Information in any other language, if not accompanied by an authenticated translation in English, shall not be considered. In the event of any discrepancy between the offer in a language other than English and its English translation, the English translation shall prevail. 7.2 Correspondences/ inquiries 7.2.1 Any inquiries to Bank of Uganda concerning this Request for EOI shall be submitted to the Director Procurement and Disposal Department, Bank of Uganda, not later than 3.00pm (EAST) March 29, 2016. All correspondence to Bank of Uganda shall be in writing and signed by the authorized person. 7.2.1 Correspondences by fax, e-mail or any electronic/digital format shall be regarded as advance information only, which should be immediately followed by the original copy submitted by courier or registered mail. 7.2.1 Bank of Uganda responses shall be in writing on official letterhead and shall also be posted on the Bank Website (www.bou.or.ug) under the Procurement tab not later than 3.00pm (EAST) March 31, 2016. 7.3 Amendment of EOI Document 7.3.1 Before the deadline for submission of EOI, the EOI document may be modified by the Bank by issuance of an Addendum. 7.3.2 Any Addendum issued shall be part of the EOI Document. 7.3.3 To give prospective Bidders reasonable time in which to take the Addendum into account in preparing their EOI, extension of the deadline for submission of EOIs may be given if considered necessary by the Bank. 7.4.1 Submission of EOI 7.4.1 Sealed envelope(s) should be delivered to the office of the Director Procurement and Disposal Department, Bank of Uganda, Level 3 New Building-Office Suite 3E-05, marked Expression of Interest for Provision of Managed Security Services-Procurement Ref: BOU/SRVCS/15-16/00272/C, located in the Procurement and Disposal Department Office on Third Floor, Office Suite 3E-05, Bank of Uganda, Headquarters not later than 3.00pm (EST) April 07, 2016. 7.4.2 Bidders who may wish to courier their EOI should allow for sufficient time to ensure timely receipt of their EOI. 7.4.3 Any submission made after the close of submission date and time will be rejected. 7.4.4 Bank of Uganda reserves the right to accept or reject any submission and is not bound, committed nor obliged to shortlist any provider who has expressed interest. 7.5 Evaluation 7.5.1 For the short listing process, the Bank will determine whether each EOI is responsive to the requirements of the EOI Document. The EOI shall be considered responsive if: a) It contains all the information and documents as requested in section 6.1 below. Page 5 of 15
b) It contains information in formats specified in this EOI Document as per appendices attached. c) In case of the Consortium, Joint venture bid, the requirements in 6.1.2, 6.1.3 and 6.1.4 should be met. d) There should not be inconsistencies between the EOI and the supporting documents. e) Non responsive proposals will be rejected. Page 6 of 15
8 Qualification Criteria Interested Bidders should meet all the requirements in the criteria below: Section No. Criteria Documentary Evidence Weight/ Score 6.1 Eligibility a) A certificate of Incorporation /registration of the Firm or its equivalent; b) A valid Trading License of the Firm or its equivalent; c) A signed statement indicating that the vendor does not have a conflict of interest in the subject of procurement; d) Company Profile information concerning the firm s activities. e) Registered/Notarized Power of Attorney Compliant/Non- Compliant (C/NC) 7.2 Technical The Bidder has to demonstrate that he has the required capacity to carry out the project, in terms of: Proof of Authorisation by the Manufacturer for Supply, Installation, maintenance and Support of their equipment or technology where applicable. Conclusive information on the vendor s technical and human capacities, knowledge and resources. Detailed information on the qualification of the at least three key personnel available to be deployed for this project. Such evidence has to include; CV s of the project leader, project site manager and the key positions which the vendor/ contractor intends to deploy for this project. The experience and qualifications should be relevant to Provision of Managed Security Services and related infrastructure. 7.3 Technical Work orders and or completion Certificates or client certificate for completed works Name of the client organization, Name, telephone and email address of the contact person. Project type and size. Project duration and budget. Location of project and year of completion. Technical details of project and technology applied, including software applications, extent of integration and complexity. Reference letters from the clients of the potential Provider or copies of the contracts or purchase orders. Bidders should provide at least 3 entities. 60 40 Page 7 of 15
Section No. Criteria Documentary Evidence Weight/ Score 7.4 Financial Strength Only work orders with relevant experience and magnitude shall be considered for evaluation. Duly audited financial statements for the last two years e.g. not earlier that 2011 showing strong liquidity, and profitability. P/F To qualify for shortlisting, a firm must have the mandatory requirements and obtain a score of at least 75% SECTION 3: TECHNICAL FORMS Forms for Personnel Form 1: Proposed Personnel Bidders should provide the names of suitably qualified personnel to meet the specified requirements for each of the positions listed in Section III (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate. 1. Title of position Name 2. Title of position Name 3. Title of position Name 4. Title of position Name 5. Title of position Name Page 8 of 15
Form 2: CV of Proposed Personnel The Bidder shall provide all the information requested below. Fields with Asterix (*) shall be used for evaluation. Position* Personnel information Present employment Name * Professional qualifications Name of Employer Address of Employer Date of birth Telephone Contact (manager / personnel officer) Fax E-mail Job title Years with present Employer Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project. From* To* Company, Project, Position, and Relevant Technical and Management Experience* Page 9 of 15
Form 3: Qualification Forms To establish its qualifications to perform the contract, the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder: Form 3a) Bidder Information Sheet Date: Bidding No.: Invitation for Bid No.: Page of _ pages 1. Bidder s Legal Name: 2. In case of JV, legal name of each party: 3. Bidder s actual or intended Country of Registration: 4. Bidder s Year of Registration: 5. Bidder s Legal Address in Country of Registration: 6. Bidder s Authorized Representative Information Name: Telephone/Fax numbers: Email 7. Attached are copies of original documents of: Registration of firm named in 1, above. In case of JV, letter of intent to form JV including a draft agreement, or JV agreement In case of government owned entity from the Employer s country, documents establishing legal and financial autonomy and compliance with the principles of commercial law. Page 10 of 15
Form 3b) Party to JV Information Sheet Date: Bidding No.: _ Invitation for Bid No.: Page of_ pages 1. Bidder s Legal Name: 2. JV s Party legal name: 3. JV s Party Country of Registration: 4. JV s Party Year of Registration: 5. JV s Party Legal Address in Country of Registration: 6. JV s Party Authorized Representative Information Name: Telephone/Fax numbers: Email 7. Attached are copies of original documents of: Certificate of Incorporation or Registration of firm named in 1, above. In case of government owned entity from the Purchaser s country, documents establishing legal and financial autonomy and compliance with the principles of commercial law. Page 11 of 15
FORM 4 - Financial Analysis Historical Financial Performance Bidder s Legal Name: JV Partner Legal Name: Date: Bidding No.: Page _ of _ pages To be completed by the Bidder and, if JV, by each partner Financial information in UGX equivalent Information from Balance Sheet Total Assets (TA) Total Liabilities (TL) Net (NW) Worth Current Assets (CA) Current Liabilities (CL) Historic information for previous ( ) years (UGX equivalent in 000s) Year 1 Year 2 Year 3 Year Year n Avg. Avg. Ratio Information from Income Statement Total Revenue (TR) Profits Before Taxes (PBT) Please Attach copies of Complete Audited financial statements for the last three years. Page 12 of 15
Form 5 Average Annual Turnover Bidder s Legal Name: JV Partner Legal Name: Date: Bidding No.: Page _ of _ pages Annual turnover data (construction only) Year Amount and Currency UGX equivalent *Average Annual Construction Turnover *Average annual turnover calculated as total certified payments received for work in progress or completed over the number of years specified in Section III, Sub-Factor 6.3.2, divided by that same number of years. Page 13 of 15
FORM 6 Experience General Experience Bidder s Legal Name: _ JV Partner Legal Name: _ Date: Bidding No.: Page _ of _ pages Starting Month / Year Ending Month / Year Years* Contract Identification Role of Bidder Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: *List calendar year for years with contracts with at least nine (9) months activity per year starting with the earliest year We, the undersigned, declare that (a) the information contained in and attached to these forms is true and accurate as of the date of bid submission: Page 14 of 15
or [delete statement which does not apply] (b) the originally submitted pre-qualification information remains essentially correct as of the date of bid submission. Signed: [signature of person whose name and capacity are shown below] Name: [insert complete name of person signing the Qualification Form] In the capacity of [insert legal capacity of person signing the Qualification Form] Duly authorized to sign the Qualification Form for and on behalf of: [insert complete name of Bidder/Member of Joint Venture] Dated on day of, _ [insert date of signing] MANAGEMENT March 2015 Page 15 of 15