EXPORT PROCESSING ZONES AUTHORITY REQUEST FOR PROPOSAL (RFP) EPZA RFP NO: 21/2014-2015



Similar documents
KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYERI REQUEST FOR PROPOSAL CONSULTANCY SERVICES

REQUEST FOR PROPOSALS (RFP) (PROVISION OF CONSULTANCY SERVICES TO IMPLEMENT IDENTITY & ACCESS MANAGEMENT AND CENTRAL LOGGING)

REQUEST FOR PROPOSALS FOR UPGRADE OF T24 CORE BANKING, IMPLEMENTATION OF EDMS & DATA WAREHOUSING SYSTEMS TO CENTRAL BANK OF KENYA

Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments

R E Q U E S T F O R P R O P O S A L S ( R F P )

CONSULTANCY SERVICES FOR ASSESSMENT OF THE STATUS OF DEVOLUTION IN KENYA

AGRICULTURE FISHERIES AND FOOD AUTHORITY

REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES FOR ENTERPRISE RISK MANAGEMENT TENDER NO.: PC/RFP/03/ SELECTION OF CONSULTANTS

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

REQUEST FOR PROPOSALS, SELECTION OF CONSULTANTS

REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website

[Indicate name of Procuring Entity]

REQUEST FOR PROPOSALS

Selection of Consultants By the World Bank

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

North American Development Bank. Model Bidding Document: Consultant Services

LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

Standard Request for Proposals. Selection of Consultants

Standard Request for Proposals Selection of Consultants

UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT

PROVISION OF LEGAL SERVICES

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

NATIONAL INDUSTRIAL TRAINING AUTHORITY

AGRICULTURE FISHERIES AND FOOD AUTHORITY REQUEST FOR PROPOSAL FOR

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/

KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP.

BANK OF UGANDA REPUBLIC OF UGANDA

Request for Proposal Environmental Management Software

REQUEST FOR PROPOSAL

Request for Proposal Business & Financial Services Department

Supplier prequalification Document

REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO.

Request for Proposal. Contract Management Software

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

EMPLOYEES OLD-AGE BENEFITS INSTITUTION

Road Safety and Transport Authority Ministry of Information and Communications Royal Government of Bhutan

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY /

TENDER NO. REA/ /NT/060

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.

PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

PROVISION OF CUSTOMER SATISFACTION, STAFF SATISFACTION AND WORK ENVIRONMENT SURVEY SERVICES RFP NO. KRA/HQS/NCB - 028/

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

EPZA TENDER No. 22/

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/

INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/083/ SUPLY, INSTALLATION AND TESTING OF LEGAL CASE MANAGEMENT SOFTWARE

Streamline your staffing process with a vendor management system that fits your business

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE

BANK OF UGANDA REPUBLIC OF UGANDA

Prequalification Document for Procurement of Works

Request for Service. Business and Technical Consulting Services Senior Business Analyst OntarioMD EMR Physician Dashboard

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034

TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE

TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015

TAITA TAVETA UNIVERSITY COLLEGE REQUEST FOR PROPOSAL FOR PROVISION OF INSURANCE BROKERAGE SERVICES FOR TENDER NO: TTUC/5/RFP(1)/

REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ERC/PROC/4/3/15-16/083

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas

How To Bid For A Contract

TENDER NO. PPOA/10/

TENDER DOCUMENT FOR PROVISION OF CLOUD BASED E-BOARD MANAGEMENT SYSTEM TENDER NO. NHC/ICT/EBM/499/

Request for Proposal:

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM

Kenya Electricity Generating Company Limited

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

CRM Request for Proposal. Rhode Island Economic Development Corporation. Request for Proposal for a CRM System. July 3, 2013

KENYA MEDICAL TRAINING COLLEGE

EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES

RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors

Request for Proposal Permitting Software

HIGHER EDUCATION LOANS BOARD HELB/T/09/

REQUEST FOR PROPOSALS For. Establishment & Management of Citizen Help Desk

INSURANCE REGULATORY AUTHORITY TENDER NO.IRA/087/

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

SELECTION OF CONSULTANT

1 Beyond Network CRM (Quotation)

STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM

KERIO VALLEY DEVELOPMENT AUTHORITY

REPUBLIC OF KENYA KIAMBU COUNTY GOVERMENT REQUEST FOR PROPOSALS (RFP) FOR PROVISION OF WEBSITE DEVELOPMENT AND MANAGEMENT SERVICES

TENDER FOR THE SUPPLY AND INSTALLATION OF CUSTOMER RELATIONSHIP MANAGEMENT SYSTEM (CRM)

TENDER NO: NGEC/T2/ FOR PROVISION OF GENERAL INSURANCE BROKERAGE SERVICES

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

RFP for Search Engine Optimisation (SEO) of IBEF Websites. Request for Proposal [RFP]

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

Website development, maintenance and hosting of for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015

REQUEST FOR PROPOSAL (RFP) for Provide Document Imaging & Archiving Solution And Develop Application Process Workflow on MS SharePoint

INSURANCE REGULATORY AUTHORITY TENDER NO.IRA/085/

ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID

Provision of Internet Services at NNPC Corporate Headquarters, Abuja

Request for Proposal (RFP) for Services

REQUEST FOR PROPOSAL FOR IT ASSET MANAGEMENT SERVICES

KENYA SCHOOL OF MONETARY STUDIES P. O. Box , Tel: , , , Nairobi, Kenya.

Request for proposal for Designing of a Logo for Department of Commerce

Transcription:

EXPORT PROCESSING ZONES AUTHORITY REQUEST FOR PROPOSAL (RFP) EPZA RFP NO: 21/2014-2015 SUPPLY, DELIVERY, INSTALLATION, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE PERFORMANCE MANAGEMENT SYSTEM (EPM). EXPORT PROCESSING ZONES AUTHORITY (EPZA) P.O. BOX 50563-00200 NAIROBI KENYA. CLOSING DATE: Wednesday, 29 th April 2015

SECTION I - INVITATION TO TENDER EPZA REQUEST FOR PROPOSAL NO. 21/2014-2015 TENDER NAME: SUPPLY, DELIVERY, INSTALLATION, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE PERFORMANCE MANAGEMENT SYSTEM (EPM). 1.1 The Export Processing Zone Authority (EPZA) invites proposals for: SUPPLY, DELIVERY, INSTALLATION, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE PERFORMANCE MANAGEMENT SYSTEM (EPM). More details of the requirements are provided in the specifications here in: 1.2 The request for proposals (RFP) includes the following documents: Section I - Letter of invitation Section II - Information to Bidders Appendix to Bidders information Section III - Terms of Reference Section IV - Technical proposals Section V - Financial proposal Section VI - Standard Contract Form 1.3 The bidders may obtain further information and inspect the tender documents with detailed Requirements at the office of the: The Procurement Manager Export Processing Zones Authority Administration Building Viwanda Road off Nairobi-Namanga Highway P.O. Box 50563-00200 Nairobi - Kenya. Website: www.epzakenya.com/ 1

1.4 A complete set of tender documents may be obtained by the bidders at a fee of Kshs. 1,000 for a hard copy. A free soft copy can be obtained from the EPZA website (www.epzakenya.com/) 1.5 Prices quoted must be inclusive of all taxes and should remain valid for at least One Hundred And Twenty (120) days after the deadline of submission of the tenders. 1.6 Request for Proposal to be deposited in the Tender Box located on the Ground Floor (EPZA Reception area), Administration building, Viwanda Road, off Nairobi-Namanga Highway, so as to be received on or before Wednesday 29 th April, 2015 at 11:00am Tenders will be opened immediately thereafter at EPZA Administration Building in the presence of candidates representatives, who may choose to attend. 1.7 Completed Tender documents should be submitted in plain sealed envelopes and clearly marked EPZA/RFP/21/2014-2015: SUPPLY, DELIVERY, INSTALLATION, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE PERFORMANCE MANAGEMENT SYSTEM (EPM) and addressed to: THE CHIEF EXECUTIVE OFFICER, EXPORT PROCESSING ZONES AUTHORITY VIWANDA ROAD OFF NAIROBI-NAMANGA HIGHWAY P.O. BOX 50563-00200 NAIROBI - KENYA. EMAIL: info@epzakenya.com 1.8 Export Processing Zones Authority reserves the right to accept or reject any offer without giving reasons thereof and does not bind itself to accept the lowest or any tender. Any canvassing or giving of false information will lead to automatic disqualification For: The Chief Executive Officer Export Processing Zones Authority 2

SECTION II: - INFORMATION TO BIDDERS 2. Introduction 2.1.1 The Export Processing Zones Authority will select a firm among those invited to submit a proposal, in accordance with the method of selection detailed in the appendix. The method of selection shall be as indicated by the procuring entity in the Appendix. 2.1.2 The bidders are invited to submit a Technical Proposal and a Financial Proposal. A Technical Proposal only may be submitted in assignments where the Client intends to apply standard conditions of engagement and scales of fees for professional services which are regulated as is the case with Building and Civil Engineering Consulting services. In such a case the highest ranked firm of the technical proposal shall be invited to negotiate a contract on the basis of scale fees. The proposal will be the basis for Contract negotiations and ultimately for a signed Contract with the selected firm. 2.1.3 The bidders must familiarize themselves with local conditions and take them into account in preparing their proposals. To obtain firsthand information on the assignment and on the local conditions, bidders are encouraged to liaise with the Client regarding any information that they may require before submitting a proposal and to attend a preproposal conference where applicable. Bidders should contact the officials named in the Appendix Information to Bidders to arrange for any visit or to obtain additional information on the pre-proposal conference. Bidders should ensure that these officials are advised of the visit in adequate time to allow them to make appropriate arrangements. 2.1.4 The Procuring entity will provide the inputs specified in the Appendix Information to Bidders, assist the firm in obtaining licenses and permits needed to carry out the services and make available relevant project data and reports. 2.1.5 Please note that (i) the costs of preparing the proposal and of negotiating the Contract, including any visit to the Client are not reimbursable as a direct cost of the assignment; and (ii) the Client is not bound to accept any of the proposals submitted. 2.1.6 The procuring entity s employees, committee members, board members and their relative (spouse and children) are not eligible to participate. 2.1.7 The price to be changed for the tender document shall not exceed Kshs.1,000/= 2.1.8 The procuring entity shall allow the tenderer to review the tender document free of charge before purchase. 3

2.2 Clarification and Amendment of RFP Documents 2.2.1 Bidders may request a clarification of any of the RFP documents only up to seven [7] days before the proposal submission date. Any request for clarification must be sent in writing by paper mail, cable, telex, facsimile or electronic mail to the Client s address indicated in the Appendix Information to Bidders. The Client will respond by cable, telex, facsimile or electronic mail to such requests and will send written copies of the response (including an explanation of the query but without identifying the source of inquiry) to all invited bidders who intend to submit proposals. 2.2.2 At any time before the submission of proposals, the Client may for any reason, whether at his own initiative or in response to a clarification requested by an invited firm, amend the RFP. Any amendment shall be issued in writing through addenda. Addenda shall be sent by mail, cable, telex, facsimile, email and/or posted on the EPZA website 2.2.3 and will be binding to all bidders. The Client may at his discretion extend the deadline for the submission of proposals. 2.3 Preparation of Technical Proposal 2.3.1 The Bidders proposal shall be written in English language. 2.3.2 In preparing the Technical Proposal, bidders are expected to examine the documents constituting this RFP in detail. Material deficiencies in providing the information requested may result in rejection of a proposal. 2.3.3 While preparing the Technical Proposal, bidders must give particular attention to the following: (i) (ii) (iii) If a firm considers that it does not have all the expertise for the assignment, it may obtain a full range of expertise by associating with individual bidder(s) and/or other firms or entities in a joint venture or sub- consultancy as appropriate. Bidders shall not associate with the other bidders invited for this assignment. Any firms associating in contravention of this requirement shall automatically be disqualified. For assignments on a staff-time basis, the estimated number of professional staff-time is given in the Appendix. The proposal shall however be based on the number of professional staff-time estimated by the firm. It is desirable that the majority of the key professional staff proposed be permanent employees of the firm or have an extended and stable working relationship with it. 4

(iv) (v) Proposed professional staff must as a minimum, have the experience indicated in Appendix, preferably working under conditions similar to those prevailing in Kenya. Alternative professional staff shall not be proposed and only one Curriculum Vitae (CV) may be submitted for each position. 2.3.4 The Technical Proposal shall provide the following information using the attached Standard Forms; (i) (ii) A brief description of the firm s organization and an outline of recent experience on assignments of a similar nature. For each assignment the outline should indicate inter alia, the profiles of the staff proposed, duration of the assignment, contract amount and firm s involvement. Any comments or suggestions on the Terms of Reference, a list of services and facilities to be provided by the Client. (iii) A description of the methodology and work plan for performing the assignment. (iv) (v) The list of the proposed staff team by specialty, the tasks that would be assigned to each staff team member and their timing. CVs recently signed by the proposed professional staff and the authorized representative submitting the proposal. Key information should include number of years working for the firm/entity and degree of responsibility held in various assignments during the last three (3) years. (vi) Estimates of the total staff input (professional and support staff staff-time) needed to carry out the assignment supported by bar chart diagrams showing the time proposed for each professional staff team member. (vii) A detailed description of the proposed methodology, staffing and monitoring of training, if Appendix A specifies training as a major component of the assignment. (viii) Any additional information requested in Appendix A. 2.3.5 The Technical Proposal shall not include any financial information. 2.4 Preparation of Financial Proposal 2.4.1 In preparing the Financial Proposal, bidders are expected to take into account the 5

requirements and conditions outlined in the RFP documents. The Financial Proposal should follow Standard Forms (Section D). It lists all costs associated with the assignment including; (a) remuneration for staff (in the field and at headquarters), and; (b) reimbursable expenses such as subsistence (per diem, housing), transportation (international and local, for mobilization and demobilization), services and equipment (vehicles, office equipment, furniture, and supplies), office rent, insurance, printing of documents, surveys, and training, if it is a major component of the assignment. If appropriate these costs should be broken down by activity. 2.4.2 The Financial Proposal should clearly identify as a separate amount, the local taxes, duties, fees, levies and other charges imposed under the law on the bidders, the sub-bidders and their personnel, unless Appendix A specifies otherwise. 2.4.3 Bidders shall express the price of their services in Kenya Shillings. 2.4.4 Commissions and gratuities, if any, paid or to be paid by bidders and related to the assignment will be listed in the Financial Proposal submission Form. 2.4.5 The Proposal must remain valid for 120 days after the submission date. During this period, the bidder is expected to keep available, at his own cost, the professional staff proposed for the assignment. The Client will make his best effort to complete negotiations within this period. If the Client wishes to extend the validity period of the proposals, the bidders shall agree to the extension. 2.5 Submission, Receipt, and Opening of Proposals 2.5.1 The original proposal (Technical Proposal and, if required, Financial Proposal; see para. 1.2) shall be prepared in indelible ink. It shall contain no interlineation or overwriting, except as necessary to correct errors made by the firm itself. Any such corrections must be initialed by the persons or person authorized to sign the proposals. 2.5.2 For each proposal, the bidders shall prepare the number of copies indicated in Appendix A. Each Technical Proposal and Financial Proposal shall be marked ORIGINAL or COPY as appropriate. If there are any discrepancies between the original and the copies of the proposal, the original shall govern. 2.5.3 The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked TECHNICAL PROPOSAL, and the original and all copies of the Financial Proposal in a sealed envelope clearly marked FINANCIAL PROPOSAL and warning: DO NOT OPEN WITH THE TECHNICAL PROPOSAL. Both envelopes shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and other information indicated in the Appendix Information to Bidders and be clearly marked, DO NOT OPEN, EXCEPT IN PRESENCE OF THE TENDER PROCESSING COMMITTEE. 6

2.5.4 The completed Technical and Financial Proposals must be delivered at the submission address on or before the time and date stated in the Appendix Information to Bidders. Any proposal received after the closing time for submission of proposals shall be returned to the respective bidder unopened. 2.5.5 After the deadline for submission of proposals, the Technical Proposal shall be opened immediately by the opening committee. The Financial Proposal shall remain sealed and deposited with a responsible officer of the client department up to the time for public opening of financial proposals. 2.6 Proposal Evaluation General 2.6.1 From the time the bids are opened to the time the Contract is awarded, if any bidder wishes to contact the Client on any matter related to his proposal, he should do so in writing at the address indicated in the Appendix Information to Bidders. Any effort by the firm to influence the Client in the proposal evaluation, proposal comparison or Contract award decisions may result in the rejection of the bidder s proposal. 2.6.2 Evaluators of Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded. 2.7 Evaluation of Technical Proposal 2.7.1 The evaluation committee appointed by the Client shall evaluate the proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria as follows Evaluation Criteria Maximum Points i. Specific experience of the bidder related to the assignment 40 ii. Qualifications and competence of the key staff for the 15 assignment iii. Financial strength 15 iv. References 15 Total Points 100 7

Each responsive proposal will be given a technical score (St). A proposal shall be rejected at this stage if it does not respond to important aspects of the Terms of Reference or if it fails to achieve the minimum technical score indicated in the Appendix Information to Bidders. 2.8 Public Opening and Evaluation of Financial Proposal 2.8.1 After Technical Proposal evaluation, the Client shall notify those bidders whose proposals did not meet the minimum qualifying mark or were considered Nonresponsive to the RFP and Terms of Reference, indicating that their Financial Proposals will be returned after completing the selection process. The Client shall simultaneously notify the bidders who have secured the minimum qualifying mark, indicating the date and time set for opening the Financial Proposals and stating that the opening ceremony is open to those bidders who choose to attend. The opening date shall not be sooner than seven (7) days after the notification date. The notification may be sent by registered letter, cable, telex, facsimile or electronic mail. 2.8.2 The Financial Proposals shall be opened publicly in the presence of the bidders representatives who choose to attend. The name of the bidder, the technical. Scores and the proposed prices shall be read aloud and recorded when the Financial Proposals are opened. The Client shall prepare minutes of the public opening. 2.8.3 The evaluation committee will determine whether the financial proposals are complete (i.e. whether the bidder has costed all the items of the corresponding Technical Proposal and correct any computational errors. The cost of any unpriced items shall be assumed to be included in other costs in the proposal. In all cases, the total price of the Financial Proposal as submitted shall prevail. 2.8.4 While comparing proposal prices between local and foreign firms participating in a selection process in financial evaluation of Proposals, firms incorporated in Kenya where indigenous Kenyans own 51% or more of the share capital shall be allowed a 10% preferential bias in proposal prices. However, there shall be no such preference in the technical evaluation of the tenders. Proof of local incorporation and citizenship shall be required before the provisions of this sub-clause are applied. Details of such proof shall be attached by the Bidder in the financial proposal. 8

2.8.5 The formulae for determining the Financial Score (Sf) shall, unless an alternative formulae is indicated in the Appendix ITC, be as follows:- Sf = 100 X FM / F where Sf is the financial score; Fm is the lowest priced financial proposal and F is the price of the proposal under consideration. Proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T=the weight given to the Technical Proposal: P = the weight given to the Financial Proposal; T + p = I) indicated in the Appendix. The combined technical and financial score, S, is calculated as follows:- S = St x T % + Sf x P %. The firm achieving the highest combined technical and financial score will be invited for negotiations. 2.8.6 The tender evaluation committee shall evaluate the tender within 30 days of from the date of opening the tender. 2.8.7 Contract price variations shall not be allowed for contracts not exceeding one year (12 months). 2.8.8 Where contract price variation is allowed, the variation shall not exceed 25% of the original contract price 2.8.9 Price variation requests shall be processed by the procuring entity within 30 days of receiving the request. 2.9 Negotiations 2.9.1 Negotiations will be held at the same address as address to send information to the Client indicated in the Appendix Instructions to bidders. The aim is to reach agreement on all points and sign a contract. 2.9.2 Negotiations will include a discussion of the Technical Proposal, the proposed methodology (work plan), staffing and any suggestions made by the firm to improve the Terms of Reference. The Client and firm will then work out final Terms of Reference, staffing and bar charts indicating activities, staff periods in the field and in the head office, staff-months, logistics and reporting. The agreed work plan and final Terms of Reference will then be incorporated in the Description of Services and form part of the Contract. Special attention will be paid to getting the most the firm can offer within the available budget and to clearly defining the inputs required from the Client to ensure satisfactory implementation of the assignment. 2.9.3 Unless there are exceptional reasons, the financial negotiations will not involve the remuneration rates for staff (no breakdown of fees). 9

2.9.4 Having selected the firm on the basis of, among other things, an evaluation of proposed key professional staff, the Client expects to negotiate a contract on the basis of the experts named in the proposal. Before contract negotiations, the Client will require assurances that the experts will be actually available. The Client will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or that such changes are critical to meet the objectives of the assignment. If this is not the case and if it is established that key staff were offered in the proposal without confirming their availability, the firm may be disqualified. 2.9.5 The negotiations will conclude with a review of the draft form of the Contract. To complete negotiations the Client and the selected firm will initial the agreed Contract. If negotiations fail, the Client will invite the firm whose proposal received the second highest score to negotiate a contract. 2.9.6 The procuring entity shall appoint a team for the purpose of the negotiations. 2.10 Award of Contract 2.10.1 The Contract will be awarded following negotiations. After negotiations are completed, the Client will promptly notify other bidders on the shortlist that they were unsuccessful and return the Financial Proposals of those bidders who did not pass the technical evaluation. 2.10.2 The selected firm is expected to commence the assignment on the date and at the location specified in Appendix A. 2.10.3 The parties to the contract shall have it signed within 30 days from the date of notification of contract award unless there is an administrative review request. 2.10.4 The procuring entity may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination. 2.10.5 The procuring entity shall give prompt notice of the termination to the tenderers and on request give its reasons for termination within 14 days of receiving the request from any tenderer. 2.10.6 To qualify for contract awards, the tenderer shall have the following: (a) Necessary qualifications, capability experience, services, equipment and facilities to provide what is being procured. (b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent, in receivership, bankrupt or in the process of 10

being wound up and is not the subject of legal proceedings relating to the foregoing. (d) Shall not be debarred from participating in public procurement. 2.11 Confidentiality 2.11.1 Information relating to evaluation of proposals and recommendations concerning awards shall not be disclosed to the bidders who submitted the proposals or to other persons not officially concerned with the process, until the winning firm has been notified that it has been awarded the Contract. 2.12 Corrupt or fraudulent practices 2.12.1 The procuring entity requires that the bidders observe the highest standards of ethics during the selection and award of the contract and also during the performance of the assignment. The tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices. 2.12.2 The procuring entity will reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. 2.12.3 Further a bidder who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in public procurement in Kenya. 11

2.13 APPENDIX TO INFORMATION TO BIDDERS The following information for procurement of bidder s services and selection of bidders shall complement or amend the provisions of the information to bidders, wherever there is a conflict between the provisions of the information to bidders and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the information to bidders. Clause Reference: 1. The name of the Client is: EXPORT PROCESSING ZONES AUTHORITY (EPZA) 2. The method of selection is: QUALITY AND COST BASED SELECTION 3. Technical and Financial Proposals are requested: YES 4. The name, objectives, and description of the assignment are: SUPPLY, DELIVERY, INSTALLATION, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE PERFORMANCE MANAGEMENT SYSTEM (EPM). 5. A pre-proposal conference will be held: NO The name(s), address (es) and telephone numbers of the Client s official(s) are PROCUREMENT MANAGER EXPORT PROCESSING ZONES AUTHORITY ADMINISTRATION BUILDING, VIWANDA ROAD OFF NAIROBI-NAMANGA HIGHWAY P.O. BOX 50563-00200 NAIROBI - KENYA. (Safaricom): +254 713-051172/3; (Airtel): + 254 786-683222/0733-683222 WEBSITE: www.epzakenya.com/ 6. The Client will provide the following inputs: 12

ANY ADDITIONAL INFORMATION REQUIRED (i) The total project duration must not exceed 6 ( six ) months (ii) The minimum required experience of proposed professional staff is 4 years of implementation of EPM systems. 7. Training component is part of this assignment: YES 8. Taxes: THE BIDDER WILL BE RESPONSIBLE FOR ALL TAXES. 9. Bidders must submit an original proposal. 10. The proposal submission address is: EXPORT PROCESSING ZONES AUTHORITY, ADMINISTRATION BUILDING, VIWANDA ROAD, OFF NAIROBI-NAMANGA HIGHWAY, ATHI RIVER, KENYA P.O. BOX 50563-00200, NAIROBI, KENYA. Information on the outer envelope should also include: RFP NO: EPZA/RFP/21/2014-2015: SUPPLY, DELIVERY, INSTALLATION, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE PERFORMANCE MANAGEMENT SYSTEM (EPM). 11. Proposals must be submitted not later than the following date and time: Wedn esday, 29 th April 2015 at 11:00am The minimum technical score required to pass 75 point 12. The weights given to the Technical and Financial Proposals are: T=0. 80 P=0. 20 13. The assignment is expected to commence in May, 2015. 2.14 Additional Requirements Bidders are required to submit audited financial statements for the last three (3) consecutive years. 13

SECTION III: - TECHNICAL PROPOSAL Notes on the preparation of the Technical Proposals 3.1.1 In preparing the technical proposals the bidder is expected to examine all terms and information included in the RFP. Failure to provide all requested information shall be at the bidders own risk and may result in rejection of the bidder s proposal. 4.1.1 The technical proposal shall provide all required information and any necessary additional information and shall be prepared using the standard forms provided in this Section. 5.1.1 The Technical proposal shall not include any financial information unless it is allowed in the Appendix to information to the bidders or the Special Conditions of contract 14

SECTION IV: - FINANCIAL PROPOSAL Notes on preparation of Financial Proposal 4.1 The Financial proposal prepared by the bidder should list the costs associated with the assignment. These costs normally cover remuneration for staff, subsistence, transportation, services and equipment, printing of documents, surveys etc as may be applicable. The costs should be broken done to be clearly understood by the procuring entity. 4.2 The financial proposal shall be in Kenya Shillings or any other currency allowed in the request for proposal and shall take into account the tax liability and cost of insurances specified in the request for proposal. 4.3 The financial proposal should be prepared using the Standard forms provided in this part 15

SECTION V: - TERMS OF REFERENCE TERMS OF REFERENCE (TOR) FOR SUPPLY, DELIVERY, INSTALLATION, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE PERFORMANCE MANAGEMENT SYSTEM (EPM). 5.1. Introduction Solution provider should implement the solution that include all of our key business functions covering management team (Directors), functional heads and employees. The solution should be accessible by approximately around 170 users. This TOR relates to the full implementation of the EPM. Expected deliverables are; Detailed review of the EPZA performance management framework Detailed documentation of how the system fits within EPZA performance Management Supply & Installation of the software at EPZA Develop, configure and test 30 members of senior management scorecards Training of senior management, other members of staff as well as provide administrator training to the long term operation of the solution Execute User Acceptance Test together with the users of the system Current ICT Systems All tenderers are asked to make arrangements with EPZA to verify and confirm details on the major ICT Systems currently in use. 5.2. GENERAL SPECIFICATIONS 2.1.1 These specifications describe the basic requirements for the solution. Tenderers are requested to submit with their offers the detailed specifications, catalogues, e.t.c. for the products they intend to supply. 2.1.2 Tenderers must indicate on the specifications sheets whether the solution offered complies with each specific requirement. 16

2.1.3 All the dimensions and capacities of the solution to be supplied shall not be less than those required in these specifications. Deviations from the basic requirements, if any, shall be explained in detail in writing with the offer, with supporting data. The procuring entity reserves the right to reject the products, if such deviations shall be found critical to the use and operation of the products 5.3. SUMMARY OF TECHNICAL REQUIREMENTS OF ENTERPRISE PERFOMANCE SYSTEM 1. The proposed solution to be implemented on site at EPZA head office, and accessible by users within the EPZA intranet network. 2. The solution provider should supply, install & commission the enterprise performance management system. 3. The solution provider should recommend in details the required hardware, software and network IT infrastructure required for their enterprise solution to be commissioned. 4. No server & operating system costs are to be included in this proposal. Database licenses for the proposed solution should be included. 5. The solution should be easy to model EPZA current performance management framework. 6. The proposed solution should have capability to automate contents like vision, mission, strategy map, perspective names, strategic objectives, KPIs, status thresholds, and desired charts and graphs that will be provided by EPZA. 7. The solution provider should define & create the access level for individuals and groups, assign users to groups, create profiles, and attach the objective matrices to users. 8. The solution should have capability to create web forms for collecting manual data. 9. The proposed solution should support many of the steps, activities, and processes and can run concurrently. 10. The solution provider should also propose the responsibility matrix for project and work division that clearly state the work involvement during the implementation & commissioning. The Solution provider should also clearly define the role & responsibility for EPZA which support the project. 11. The solution provider should follow the standard project management process & approach via providing the right template, client reference, certification, skill set matrix & supporting documents. 17

12. The solution provider need to have local support team to support & provide annual maintenance for at least 1 year. 13. The solution will be based on the balance scorecard approach. 14. The vendor will be required to assist in the calibration and cascading of the scorecard for purposes of automation. 4.4 SCOPE OF WORK The successful bidder will be expected to carry out the following tasks: 1. The proposed solution should cover below mentioned functions a. Should have provision for report & dashboard b. Should support strategic initiatives c. Should allow workflow d. Should have capability for creating forms for data collection e. Should support connection with other system Should have risk management functionality 4.5 CRITICAL SUCCESS FACTORS For the Enterprise Performance Management System to be implemented successfully, the following are the critical success factors: The System shall be up to date and module/ process-based application with minimal extra- customization and coding; The system should be fully integrated and centralized to eliminate pockets of information across the organizations; Training and Capacity Building must be a core objective to enable independently run the system once implemented; During the implementation of the system, project management of all activities is crucial including system testing and quality assurance; Provision of Post-implementation Support is required for sustainability of the system over the long term. 4.6 ACCEPTANCE AND PERFORMANCE CRITERIA After the implementation of the Enterprise Performance Management System, the sign- 18

off by EPZA will be based on the following criteria: Successful implementation of all required modules; Fully operational system installed and that will be used by all business units across the company; The system vendor has provided all the critical data reports and forms required by the users; Availability of system, installation, technical, training, procedure documentation and user manuals in both hard and soft copies. Users are adequately trained and capable of independently operating as well as managing the system; 4.7 GENERAL AND FUNCTIONAL REQUIREMENTS The Requirements for the e Enterprise Performance Management System have been grouped into the following: (i) General Requirements - these are the basic specifications that the system must possess for it to be operational ; (ii) Functional Requirements - these are the specifications in line with key business functions that the system must meet for it to capture the existing processes within the organization; (iii) Technical Requirements - these are the specifications that the system must possess for it to meet the ICT Architecture standards at EPZA. (iv) Architecture information requirements - these are details of infrastructure/ architecture requirements that will be required to ensure performance at EPZA, while maintaining scalability, availability and compliance/ security at EPZA. Compliance Throughout this document, each requirement shall be uniquely predefined and solution provider need to accept the level as fully complied (<FC>), Partial complied (<PC>), Required Modification (RM) or not complied (<NC>). In case of any blank response treated as noncompliance and will be reason for disqualification. Enterprise Performance Management Item code Requirement description FC PC RM NC Remarks 1.00 General System Functionality 19