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 SUPPLY OF BCNET FIREWALL AND THREAT PREVENTION SYSTEM SUBJECT OF PROCUREMENT: EXPRESSION OF INTEREST FOR THE SUPPLY OF BCNET FIREWALL AND THREAT PREVENTION SYSTEM PROCUREMENT NUMBER: DATE OF ISSUE: REFERENCE BOU/SUPLS/15-16/0023 December 3, 2015 Page 1 of 15
1. Introduction Bank of Uganda intends to implement a Firewall and Threat Prevention System for its computing network (BCNET). The system will be implemented at the Data Centre Edge (Data Centre Firewall and Threat Prevention System) and it s Network Perimeter (Perimeter Firewall and Threat Prevention System). This Procurement shall be conducted in Accordance with Bank of Uganda Procurement Regulations. 2. Purpose This request for EOI is intended to identify highly skilled and experienced firms that have the capacity to supply a Firewall and Threat Prevent System. After review and evaluation of the Proposals submitted by firms, the Bank will shortlist eligible firms that will be invited to bid for the Firewall and Threat Prevention System for the Bank of Uganda of Computing Network (BCNET). It is highly desirable that the firm intending to Bid or Its Partner(S) are Among the Challengers and Leaders in the Gartner Quadrant. 3. Scope The vendors work shall be limited to the following: i. The Firewall and Threat prevention system shall be installed at Bank of Uganda Headquarters and BRS Data Centers ii. Supplying the solution (equipment, accessories and software licenses); iii. Providing deployment support services to the Bank of Uganda (BOU) implementing team; and iv. Providing technical support services after the implementation 4. Eligibility Requirements i. The proposed Data Centre Firewall and Threat Prevention System (DFWL) and the Perimeter Firewall and Threat Prevention System (PFWL) solutions should be recognized by Gartner in the Next-Generation Enterprise Firewall and Threat Prevention space. ii. The proposed DFWL and the PFWL solutions should have been submitted to a Gartner Magic Quadrant study, no more than three (3) years ago, and the solution should have featured among either the Leaders or the Challengers. iii. The proposed DFWL and the PFWL solutions should have among the installed customer base, financial institutions. The bidder should provide at least three (3) reference sites, along with contacts, to which the Bank can speak. iv. Any appliance to be included in the proposed solution shall be new, and not refurbished. v. The proposed DFWL and PFWL solutions shall be fit-for-purpose. Besides the bidder s confirmation that the proposed solutions shall satisfy all the mandatory requirements and the highly desirable requirements that the solution supports, the bidder should attest that the solution shall function in the BCNet production Page 2 of 15
vi. vii. environment, without crashing, under all envisaged use cases/features and under all traffic load conditions. If there is an end-of-life or end-of-support published for any of the devices in the proposed solution, the bidder should state so and indicate the dates. The products included in the bid shall be at least six (6) years from their published end-of-life or end-of-support, as at the date of bid submission. 5. Deliverables of the Firewall and Threat Prevention System The deliverables of the project include but are not limited to the following; I. Supply a state-of-the art Data Centre Firewall and Threat Prevention System and Perimeter Firewall and Threat Prevention System for Data Centres at BOU Headquarters (BOU HQS) and at the Business Resumption Site (BRS). II. The DFWL appliances are to filter traffic between the user LANs and the Sever LANs as well as between the Perimeter Network servers and the Internal Server LANs at BOU HQS and at the BRS III. The DFWL System will run the following minimum services: a. Firewall b. Intrusion Prevention System c. SSL inspection; and d. Virus threat protection IV. The PFWL appliances are to filter traffic between the Internet and the Internal LANs (User LANs, Sever LANs, and Perimeter Networks) at BOU HQS and at the BRS. V. The PFWL System will run the following minimum services: a. Firewall; b. Intrusion Prevention System; c. SSL inspection; d. Virus threat protection; e. URL Filtering; f. File and Data Filtering; and g. VPN Connectivity Detailed technical requirements for the Data Centre Firewall and Threat Prevention System and Perimeter Firewall and Threat Prevention System 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 undertake a Data Centre Firewall and Threat Prevention System and Perimeter Firewall and Threat Prevention System, 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. Page 3 of 15
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 is not: a. insolvent; b. in receivership; c. bankrupt; or d. being wound up III. (c) 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. IV. (d) the bidder is not the subject of legal proceedings for any of the circumstances in (b); and V. (e) 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 Guidelines. 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 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. 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. Page 4 of 15
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 a Firewall and Threat Prevention System 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 Systems 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 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) December 17, 2015. 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. Page 5 of 15
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) December 18,2015. 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 Newbuilding-Office Suite 3E-05, marked Expression of Interest for Supply of BCNET Firewall and Threat Prevention System-Procurement Ref: BOU/SUPLS/15-16/0023, located in the Procurement and Disposal Department Office on Third Floor, Office Suite 3E-05, Bank of Uganda, Headquarters not later than 3.00pm (EAST) December 28, 2015. 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. 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 registration of the Firm or its equivalent; b) A latest 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 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 Firewall and Threat Prevention Systems. 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 Firewall and Threat Prevention Systems with 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 Compliant/Non- Compliant (C/NC) 60 40 Page 7 of 15
Section No. Criteria Documentary Evidence Weight/ Score 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. 7.4 Financial Strength Only work orders with relevant experience and magnitude shall be considered for evaluation. Duly audited financial statements for the last three 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 Telephone Fax Job title Date of birth Contact (manager / personnel officer) E-mail 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: _ Bidding Date: No.: Page _ of _ pages To be completed by the Bidder and, if JV, by each partner Financial information Historic information for previous () years (UGX equivalent in 000s) in UGX equivalent Year 1 Year 2 Year 3 Year Year n Avg. Avg. Ratio Information from Balance Sheet Total Assets (TA) Total Liabilities (TL) Net Worth (NW) Current Assets (CA) Current Liabilities (CL) Information from Income Statement Total Revenue (TR) Profits Before Taxes (PBT) Page 12 of 15
Please Attach copies of Complete Audited financial statements for the last three years. Form 5 Average Annual Turnover Bidder s Legal Name: JV Partner Legal Name: Bidding Date: 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: _ Date: _ JV Partner Legal Name: _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 Page 14 of 15
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: 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 DECEMBER 2015 Page 15 of 15