TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review



Similar documents
TENDER NUMBER: SACU/004/2015/O Provision of Short-Term Insurance. CLOSING DATE & TIME 12 AUGUST H00 (Namibian Time)

REQUEST FOR TENDER (RFT) DEVELOPMENT OF AN ONLINE HARMONIZED CUSTOMS AND EXCISE TARIFF DATABASE AND REFERENCE TOOL. RFT Number: TFRM/03/2010

INVITATION TO TENDER

Digital Signature Application

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

Supplier prequalification Document

1. BACKGROUND 2. OBJECTIVES

SPECIAL CONDITIONS OF CONTRACT RT

R E Q U E S T F O R P R O P O S A L S H U M A N R E S O U R C E S S T R A T E G I C A N D I M P L E M E N T A T I O N S U P P P O R T RFP/JHB/ 037

3.2 Seven (7) x HIGH PERFORMANCE WALK-THROUGH METAL DETECTOR. Detailed technical specification is illustrated on Annexure B.

REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO

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

Eskom Holdings SOC Ltd s Standard Conditions of Tender

Enquiry Ref 034

TO ALL TENDERERS, PLEASE NOTE THE FOLLOWING VERY IMPORTANT NOTICE: YOU MUST SUBMIT YOUR TENDER OFFER BY THE CLOSING TIME INDICATED BELOW

PROVISION OF LEGAL SERVICES

VENDOR APPLICATION FORM

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

Video Production Services for the Ontario College of Trades (the College)

T54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON

Expression of Interest. Scanning of Documents

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

Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015

F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS

Length of Contract: 2 months (with an option to extend for a further 5 months).

FOR USE WITH PPP PROJECTS 1 SAMPLE GUIDELINES FOR PRE-QUALIFICATION AND COMPETITIVE BIDDING PROCESS 2

REF: RFP No: ECB/HN/1/2014 TERMS OF REFERENCE

CONSOLIDATION OF TELECOMMUNICATION SERVICES

DEBT MANAGEMENT OFFICE NIGERIA

Trenitalia S.p.A. REGULATIONS FOR ACCESSING THE PURCHASING PORTAL OF TRENITALIA

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

REQUEST FOR QUOTE. RFQ Reference Number: RFQ <<INSERT e.g SWR 03-11/12>> <<Enter Course Name>>

REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT SERVICE FOR ICT NETWORK IMPLEMENTATION. 4 July 2016 at 12h00

PROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT

TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010

EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES

2015 FRCA Installation and Supply of WAN Optimization Infrastructure TENDER 12/2015. Requirement Specification Document

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.

PROFESSIONAL AUDIT SERVICES For FINANCIAL STATEMENTS HAVEN SOCIETY

BANKA SOCIETE GENERALE ALBANIA

Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES

REQUEST FOR PROPOSALS. 403(b) Retirement Plan Investment Analysis and Consulting. July 2012

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

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

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

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

REQUEST FOR QUOTATION FOR RFID ASSET TRACKING MANAGEMENT SYSTEM REF: SAHRA/IT/12/2013

Project Management Procedures

BANK OF UGANDA REPUBLIC OF UGANDA

Invitation to Tender

SPECIFICATION DOCUMENT PROCUREMENT OF EXTERNAL AUDIT SERVICES

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

Request for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s)

REQUEST FOR PROPOSALS FOR: DOCUMENT COLLECTION AND SCANNING FOR 36 MONTHS CONTRACT SCMN33 /2013

Provision of Internet Services at NNPC Corporate Headquarters, Abuja

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

ELECTRONIC TENDERING SYSTEM FOR RFQ

COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT

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

Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. RFP No.: RFP 28/2014

Policy Number: Policy Name: Professional Services and Construction Services Procurement

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS

IMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000

Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project

Ministry Of Health Registration of Interest

1. Introduction. 2. Scope of Work. 30 September 2015 Enquiries: Kathryn Kasavel:

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

REQUEST FOR PROPOSAL FOR IT ASSET MANAGEMENT SERVICES

How To Audit A Bank Account

SUPPLY CHAIN MANAGEMENT POLICY

REQUEST FOR QUOTATION

SUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS

BOARD CHARTER. Its objectives are to: provide strategic guidance for the Company and effective oversight of management;

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

Request for Proposals Erate Category 1 Hosted VoIP Service Hinds County School District

TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI REQUEST FOR PROPOSAL (RFP)

GUIDELINES ON COMPLIANCE FUNCTION FOR FUND MANAGEMENT COMPANIES

Reissue: Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar website

PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000

Commission for Public Infrastructure & Others

TENDER NO. 13/2013. Tender Specifications for Data Warehouse and Business Intelligence System

PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1.

Procurement of Services

Request for Proposals

NOTICE INVITING QUOTATION

Village of Nakusp RFQ Source Protection Plan

(1 July to date) LOCAL GOVERNMENT: MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003

TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES

Request for Proposals IT INFRASTRUCTURE MODERNIZATION

FMCF certification checklist (incorporating the detailed procedures) certification period. Updated May 2015

Transcription:

TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review CLOSING DATE & TIME FRIDAY, 23 JANUARY 2015 17H00 (Namibian Time) POSTAL & PHYSICAL ADDRESS FOR TENDER SUBMISSION Southern African Customs Union (SACU) - Secretariat Private Bag 13285 Corner Lazarett & Feld Street Windhoek, Namibia, 9000 COMMERCIAL ENQUIRIES Mr. Hermanus L. Esterhuizen Procurement Officer Tel: +264 (61) 295-8000/37 Fax: +264 (61) 245 611 Email: Leon.Esterhuizen@sacu.int TECHNICAL ENQUIRIES Mr. Hiskia Ndjavera Internal Auditor Tel: +264 (61) 295-8000/35 Fax: +264 (61) 245 611 Email: hiskia.ndjavera@sacu.int NO. OF TENDER COPIES REQUIRED 6 (original plus 5 copies)

ITT/SACU/015/2015/O Table of Contents 1. INTRODUCTION 1 2. BACKGROUND 1 3. OBJECTIVES OF THE AUDIT 1 4. SCOPE OF THE AUDIT 1 5. REQUIRED SKILLS AND EXPERIENCE 2 6. DELIVERABLES 2 7. TIMEFRAME 3 8. SUBMISSION OF TENDER PROPOSALS 3 9. FINANCIAL ARRANGEMENTS 3 10. CONFIDENTIALITY 4 11. OWNERSHIP OF DATA 4 12. MODIFICATION OF TERMS 4 13. TENDER FORMAT 4 14. EVALUATION OF TENDERS AND AWARD CRITERIA 4 FORMAT OF PROPOSAL... APPENDIX A

1. INTRODUCTION 1.1 The Southern African Customs Union (SACU) consists of five member states, namely Botswana, Lesotho, Namibia, South Africa and Swaziland. The SACU Secretariat was established in 2004 to administer and coordinate the activities of SACU institutions. More information is available on SACU s website (http://www.sacu.int). 1.2 The Secretariat has invested in Information and Communication Technology (ICT) Hardware, Applications and Services to enable its employees to deliver a quality service to stakeholders. 1.3 The Secretariat s Information Technology (IT) Department is tasked with providing secure, reliable, responsive and cost-effective ICT Systems and Services that leverage ICT Industry Best Practices. 2. BACKGROUND 2.1 The Secretariat is dependent on its ICT systems to carry out its mandate and recognises the growing complexity and risk engendered in today s ICT operations. 2.2 In this regard the Secretariat seeks to adopt ICT practices that will allow management to form appropriate governance plans, strategies, investment decisions, and policies that meet compliance requirements, mitigate risk, support the overall organisational goals and maximise Return on Investment (ROI). 2.3 Therefore the Secretariat wishes to appoint a qualified IT Auditor to support the Internal Audit Unit in undertaking an objective and comprehensive assessment of the ICT Organisation and thereby assist in identifying opportunities for system and process improvements. 2.4 The purpose of this Request for Tenders (RFT) is to provide the prospective Auditor with a guideline of these requirements. 3. OBJECTIVES OF THE AUDIT 3.1 The objectives of the audit is to evaluate and obtain evidence that determines if the information systems are safeguarding assets, maintaining data integrity, and operating effectively to achieve the organization's objectives. 4. SCOPE OF THE AUDIT 4.1 The Audit should cover the following scope: Evaluate IT Governance and Strategy controls as they relate to: The IT Organization (Objectives, Roles and Responsibilities) IT Strategic Planning, Continuous Improvement and Monitoring IT Investment and Asset Management IT Resource Planning IT Risk Definition and Management IT Project Oversight Page 1/7

Evaluate the existence and effectiveness of management, operational and technical controls as they relate to the security, confidentiality and integrity of data, including: Compliance with regulatory and legal environments Certification, Accreditation, and Security Assessments Security Planning Policy and Procedures Privacy Policy and Procedures Risk Assessment Policy and Procedures Change Management Assessment Content and Records Management System and Services Acquisition Awareness and Training Configuration Management Contingency Planning Communication Planning Help desk and Incident Response System Maintenance Policy and Procedures Media Protection Policy and Procedures Physical and Environmental Protection Personnel Security System and Information Integrity Access Control Policy and Procedures System Audit and Accountability Identification and Authentication System and Communications Protection Segregation of duties (c) Produce a report that identifies the IT Organisation s deficiencies and recommends actions for improvements. 5. REQUIRED SKILLS AND EXPERIENCE 5.1 Prospective bidders must possess extensive experience and technical knowledge on ICT audit environment. 6. DELIVERABLES 6.1 DRAFT REPORT Page 2/7

The bidders will produce a Draft Report within five (5) days, covering all the Terms of Reference. On receipt of the Draft Report, the SACU Secretariat will circulate it to the Executive Committee for comments. 6.2 FINAL REPORT Following the Executive Committee, the bidders will incorporate comments made and produce a Final Report within five (5) days. An electronic copy of the Final Report will be submitted to the SACU Secretariat in Microsoft Office (Word, Excel, PowerPoint) and Adobe PDF Format. 7. TIMEFRAME 7.1 The total duration of the assignment is four (4) weeks, at the end of which the Final Report must be submitted to the SACU Secretariat. 8. SUBMISSION OF TENDER PROPOSALS 8.1 The SACU Secretariat implements a two-envelope tender process, meaning that the Technical and Financial Proposals must be submitted separately in sealed envelopes. 8.2 The Tender should be delivered or posted to the Postal and Physical Address for Tender Submission specified on the cover page above in five (5) hard copies each (plus 1 original). 8.3 The technical proposals should be inserted in a separate envelope, clearly marked Technical Proposal and the financial proposals should be placed in their own separate envelope clearly marked Financial Proposal. All envelopes should be properly sealed and clearly marked as indicated below: TECHNICAL PROPOSAL / FINANCIAL PROPOSAL TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review NAME OF THE BIDDING COMPANY/ORGANISATION/FIRM 8.4 The deadline for the submission of tenders is Friday, 23 January 2015 17h00 (Namibian Time). 8.5 One electronic copy, in PDF Format, must be submitted to the Procurement Officer. 8.6 The tender should remain valid for 90 (ninety) days from the tender closing date. 9. FINANCIAL ARRANGEMENTS Page 3/7

9.1 Bidders are solely responsible for their own costs in preparing the tender. 9.2 Payments for all services (professional fees and disbursement fees) covered by this tender shall be made within 30 (thirty) days subject to receipt of appropriate invoices, the satisfactory completion of work, and adherence to the SACU Secretariat s Financial Policies and Procedures. 10. CONFIDENTIALITY 10.1 Tenders submitted will not be revealed to any other bidders and will be treated as contractually binding. 10.2 SACU reserves the right to seek clarification or verification of any information contained in the tenders. 10.3 All information pertaining to SACU obtained by the bidder as a result of participation in this tender is confidential and must not be disclosed without written authorisation from the Executive Secretary of SACU. 11. OWNERSHIP OF DATA 11.1 All tenders, including any supporting documents and or training materials or any other documentation with reference to this tender, submitted to the SACU Secretariat becomes the property of SACU. 11.2 Ownership of all data belonging to SACU whether under its control or the bidder s control shall continue to vest in SACU. Any data of whatever nature resulting from the provision of the Services shall be the property of SACU and may be used by SACU without restriction. All data or information that may be shared with the successful bidder during the provision of the Services shall upon completion of the Services, be returned to the SACU Secretariat. 12. MODIFICATION OF TERMS 12.1 The SACU Secretariat reserves the right to add, modify or omit certain portions of the tender scope at any time at its sole discretion. This includes the right to cancel this tender at any time prior to entering into a contract with the successful bidder. 13. TENDER FORMAT 13.1 Bidders are required to address the issues and requirements in Appendix A to ensure that their tender receives full consideration. 14. EVALUATION OF TENDERS AND AWARD CRITERIA 14.1 ELIGIBILITY CRITERIA Page 4/7

Only tenders received as specified in Section 10 (Submission of Tender Proposals) will be considered. Only bidders that have provided the following will be considered: (i) (ii) Certified copies of a Certificate of Registration or Incorporation with relevant national authorities in the case of companies or corporations; for partnerships, consortiums and joint ventures, the relevant agreement between the parties; and in the case of individuals, certified copies of the ID, proof of physical address will be required; and A certified copy of a current Tax Clearance Certificate or exemption thereof from relevant national authorities. (c) (d) Tenders will not be evaluated if the bidder s current or past shareholding or other interests may, in the SACU Secretariat s opinion, give rise to a conflict of interest in connection with this tender. This tender is only open to SACU citizens or service providers that are majority (51%) owned by SACU citizens (with proof of shareholding) and registered within the SACU Region. 14.2 QUALIFICATION CRITERIA Only eligible tenders will qualify to the next stage, provided that all tender documentation as specified in Appendix A of this document has been supplied. 14.3 AWARD CRITERIA The contract will be awarded from the qualifying tenders on the basis of the most economically advantageous proposal applying the following award criteria: (i) (ii) (iii) (iv) Technical Knowledge and/or Qualifications; Proposed Methodology and Understanding of the Assignment; Managerial Skills of the Bidder; and Company Profile and Reputation of the Bidder. 14.4 CONTRACT ADMINISTRATION The tender award is subject to the successful conclusion of a Service Level Agreement (SLA) to confirm the Terms and Conditions of the tender. SACU reserves the right to negotiate the terms of the tender proposal and the value of any financial proposal submitted. Page 5/7

Appendix A TECHNICAL PROPOSAL (1 ST ENVELOPE) Bidders should address all the issues and requirements in the sequence in which they appear in this Appendix. 1. GENERAL INFORMATION 1.1 One page letter of introduction identifying the bidder and signed by the person(s) authorised to bind the bidder to statements made in the proposal. 1.2 Title Page listing the Tender Number, Individual or Trading Name, Postal Address, Physical Address, Telephone No., Fax No., Mobile No., Email Address, Website and Full Names of Two Contact Persons. 1.3 Profile of the Individual/Consultancy Firm/Consortium/Bidder. 1.4 A record of previous similar assignments undertaken by the bidder. 1.5 Proof of qualifications and experience of key staff that will carry out the assignment, including the Team Leader. 1.6 All bidders are required to clearly state the name of the Primary Party with whom SACU will enter into an Agreement. In the event of a consortium, or group of companies jointly delivering a response, full details are required of each of the legal entities involved. An agreement to this effect must be entered into by the parties and submitted with the tender, indicating the Lead Bidder. (Attach a copy of the partnership / consortium agreement). 1.7 Full Contact Details of any third-parties involved in the proposal (if applicable). 1.8 Description of role or element of proposal to be fulfilled by any third-party.(if applicable) 1.9 Confirmation of acceptance by the bidder and any third parties of the conditions of proposal. 1.10 Certified copies of a Certificate of Registration or Incorporation with relevant national authorities of all bidding parties. In the event of individuals, certified copies of the ID, proof of physical address will be required. 1.11 Certified copy of a current Tax Clearance Certificate from relevant national authorities of all bidding parties. 2. REFERENCES 2.1 Bidders must provide a minimum of three (3) customers (names, addresses and telephone numbers) who may be contacted for references in connection with the proposed assignment. Page 6/7

Appendix A 2.2 Bidders are expected to include reference letters on official letterheads from these references. 2.3 These references should be current, stipulate the project or work undertaken, the financial value of the project and where the work was executed. 2.4 The SACU Secretariat reserves the right to undertake a full background check on all references submitted (prior to final award). 3. TECHNICAL PROPOSAL 3.1 A detailed proposal indicating a clear understanding of the Terms of Reference and Methodology that will be used to complete the assignment. 4. ADDITIONAL INFORMATION 4.1 Bidders may provide any other information which may be relevant to this proposal. FINANCIAL PROPOSAL (2 ND ENVELOPE) Bidders should address all the issues and requirements in the sequence in which they appear in this Appendix. 5. SCHEDULE OF COSTS/FINANCIAL PROPOSAL 5.1 The schedule must take the following format: (c) (d) (e) (f) (g) All costs must be quoted in South African Rand (ZAR). The total cost of the proposal (best and final offer). An itemised breakdown of the cost or any options being proposed beyond the specified Terms of Reference. A maximum provision of 10% of professional fees will be allowed on all disbursements quoted. The applicable rate of VAT in respect of each product and service being proposed. (Certain products or services may be zero-rated VAT) Details of any other costs, taxes or duties which may be incurred. Confirmation that the financial proposal remains valid for 90 days from tender closing date. Page 7/7