RE: EPC/PRO/RFP/013/ REQUEST FOR PROPOSAL TO UPGRADE TO MICROSOFT DYNAMIC NAV 2016

Similar documents
TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

REQUEST FOR EXPRESSION OF INTEREST FOR THE

TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

08 NOVEMBER PURPOSE

REQUEST FOR PROPOSAL PROFESSIONAL SERVICES AUTOMATION SOLUTION. Submittal Date: April 22, 11:00 AM (PST)

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO.

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce

REPUBLIC OF KENYA MINISTRY OF HEALTH

REPUBLIC OF KENYA TENDER DOCUMENT FOR SALE OF BOARDED MOTOR VEHICLES. TENDER NO OAG&DOJ/006/ JANUARY 2017

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PREQUALIFICATION FOR SERVICES AND

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME)

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF)

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF)

TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/

Casework Technical Support (Social Welfare - Project Management)

Clinton Area Transit System

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

REQUEST FOR PROPOSAL (RFP)

KENYA CIVIL AVIATION AUTHORITY

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services

IBM Clinical Trial Management System for Sites

KENYA URBAN ROADS AUTHORITY

TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF UNIFIED SOLUTION. KoTDA/RFP/016/

For the Project. 1.1 Purpose and Role

IDB CAPITAL LIMITED. At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR

Manager, Sourcing Supply and Contracts, Grid Projects Approved By:

KERIO VALLEY DEVELOPMENT AUTHORITY

REQUEST FOR PROPOSAL (RFP)

REPUBLIC OF KENYA. MINISTRY OF MINING P. O. Box Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

NATIONAL COUNCIL FOR LAW REPORTING

SEDIBENG TVET COLLEGE GROW WITH THE FLOW COLLEGE COUNCIL PAID POSTS

COUNTY GOVERNMENT OF NYERI

SCHOOL EQUIPMENT PRODUCTION UNIT

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

Ohio Public Employees Retirement System. Request for Proposal

DIRECTORATE-GENERAL FOR COMMUNICATION DIRECTORATE FOR MEDIA CONDITIONS FOR SUBMITTING A TENDER INVITATION TO TENDER NEGOCIATED PROCEDURE

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

IBM TRIRIGA Version 10 Release 5.2. Procurement Management User Guide IBM

COMUNICATIONS AUTHORITY OF KENYA

Invitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019

IDEAS Product Overview

TENDER DOCUMENT FOR DISPOSAL OF OBSOLETE, UNSERVICEABLE, AND SURPLUS STORES AND EQUIPMENT TENDER NO.KDB/D/2017

Filey Town Council Council Offices 52A Queen Street Filey North Yorkshire YO14 9HE TEL:

TERMS OF REFERENCE FOR PROVISION OF INTERNAL AUDIT SERVICES TO THE EAST AFRICAN BUSINESS COUNCIL SECRETARIAT IN ARUSHA

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

FOR PURCHASE OF LAND

Invitation to Tender. Implementation of Microsoft Dynamics CRM for D2N2 Growth Hub

UNIVERSITY OF SUNDERLAND STANDING ORDERS TENDERING AND CONTRACT PROCEDURES

Date; August 24, 2016

RYDE TOWN COUNCIL QUOTATION DOCUMENTATION TOWN MAP AND EVENTS POSTER

QUESTIONS AND ANSWERS

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

United Nations Development Programme (UNDP) FOR THE

KENYA TRADE NETWORK AGENCY VACANCY ANNOUNCEMENT

Request for Proposal For: 2018 American Bar Association Temporary Services

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

Master Services Attachment for ServiceElite

Interested bidders Swedish Committee for Afghanistan, Kabul Management Office

REQUEST FOR QUOTATION (RFQ) Issue Date: December 12, 2017

MINISTRY OF INFORMATION COMMUNICATIONS AND TECHNOLOGY STATE DEPARTMENT OF ICT & INNOVATION TENDER NO. MICT&I/01/ For

ONLY CANDIDATES RESIDENT AND ENTITLED TO WORK IN EGYPT MAY APPLY FOR THIS POST

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

City of Fountain, Colorado. Request for Information (RFI) # For an Integrated Governmental Accounting Software System

GENERAL REQUIREMENTS. S - Standard C2 - Small Customization C1 - Large Customization U - Unavailable

ROSTERS OF JUNIOR AND SENIOR EXPERTS Specifications of the Call for expression of interest

REQUEST FOR PROPOSALS. RFP Strategic Planning Consultant. ISSUE DATE: July 31, 2015

KENYA ROADS BOARD EXPRESSION OF INTEREST (EOI) FOR PROVISION OF TECHNICAL, FINANCIAL AND PERFORMANCE AUDIT CONSULTANCY SERVICES FOR KENYA ROADS BOARD

Microsoft Cloud Agreement Financial Services Amendment

DEVELOPMENT OF AN ONLINE HARMONIZED CUSTOMS AND EXCISE TARIFF DATABASE AND REFERENCE TOOL. Tender Number: SACU/014/2018/O

Enterprise Asset Management Software

ETHICS AND ANTI-CORRUPTION COMMISSION

Transcription:

RE: EPC/PRO/RFP/013/2015-206 REQUEST FOR PROPOSAL TO UPGRADE TO MICROSOFT DYNAMIC NAV 2016 JUNE 2016

TABLE OF CONTENTS Page INTRODUCTION... 3 SECTION II: INFORMATION TO CANDIDATES... 5 2.1 Introduction... 5 2.2 Clarification and amendment to the RFP documents... 5 2.3 Preparation of Quotations... 6 2.4 Financial Quotation... 7 2.5 Submission, Receipt and Opening of Quotations... 7 2.6 Evaluation of the Quotations... 8 2.8 Opening and Evaluation of Financial Quotation... 9 2.9 Negotiations... 10 2.10 Award of Contract... 11 2.11 Confidentiality... 11 SECTION III: TERMS OF REFERENCE (TOR) FOR FINANCIAL SYSTEM UPGRADE 2016 GENERAL... 12 SPECIFIC TO THIS CONTRACT... 13 SECTION IV: TECHNICAL PROPOSAL (TP)... 21 SECTION V: FINANCIAL QUOTATION (FQ)... 22 SECTION VI: STANDARD CONTRACT FORM... 24 APPENDIX: PROCURING ENTITY CONTACT ADDRESS... 29 2

INTRODUCTION 1. This Standard Request for Proposal (SRF) Consultancy and Design has been prepared for use by public entities in Kenya. It has been found necessary for selection of Consultancy and Designers for small assignments as required by the Standard Request for Quotations Regulations. 2. This Standard Request for Proposal Consultancy and Design shall be used for such assignments by all procuring entities. 3. The general conditions of contract in the document should not be modified and instead the special conditions of the contract may where necessary be modified by the Procuring Entity, for use, to reflect the unique circumstances of the particular assignment. 3

SECTION II - INSTRUCTIONS TO CANDIDATES TABLE OF CONTENTS SECTION II: INFORMATION TO CANDIDATES... 5 2.1 Introduction... 5 2.2 Clarification and amendment to the RFP documents... 5 2.3 Preparation of Quotations... 6 2.4 Financial Quotation... 7 2.5 Submission, Receipt and Opening of Quotations... 7 2.6 Evaluation of the Quotations... 8 2.8 Opening and Evaluation of Financial Quotation... 9 2.9 Negotiations... 10 2.10 Award of Contract... 11 2.11 Confidentiality... 11

SECTION II: INFORMATION TO CANDIDATES 2.1 Introduction 2.1.1 The Export Promotion Council will select a candidate among those invited to submit in accordance with the method of selection detailed under this section and consistent with the regulations. 2.1.2 The candidates are invited to submit a technical proposal and a financial proposal for consulting services required for the assignment stated in the letter of invitation (Section 1). 2.1.3 In the assignment where the procuring entity intends to apply standard conditions of engagement and scales of fees for professional services, which scale of fees will have been approved by a relevant authority, a technical proposal only may be invited and submitted by the candidate. In such a case the highest ranked candidate in the technical proposals shall be invited to negotiate a contract on the basis of the set scale of fees. The technical proposals will be the basis for contract negotiations and ultimately for a signed contract with the selected candidate. 2.1.4 The candidates must familiarize themselves with local conditions as regards the assignment and take them into account in preparing their proposals. To obtain adequate information on the assignment and on the local conditions, candidates are encouraged to liaise with the procuring entity regarding any information that they may require before submitting a quotation. 2.1.5 The client will provide the inputs and services specified in the special conditions of contract needed to assist the candidate to carry out the assignment. 2.1.6 The cost of preparing the proposal and negotiating the contract including any visit to the procuring entity are not reimbursable as a direct cost of the assignment. The procuring entity is not bound to accept any of the quotations submitted. 2.1.7 The procuring entity s employees, committee members, board members and their relative (spouse and children) are not eligible to participate in the tender. 2.2 Clarification and amendment to the RFP documents 2.2.1 Candidates may request clarification of any of the RFP (C & D) documents not later than Seven (7) days before the deadline for the submission of the proposals. Any request for clarification must be sent in writing by post, fax or email to the procuring entity s address indicated in the special conditions of contract. The procuring entity will respond by post, fax or 5

email 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 candidates invited to submit proposals. 2.2.2 At any time before the deadline for submission of the proposals, the procuring entity may for any reason; either at its own initiative or in response to a clarification requested by any candidate amends the RFQ (C&D). Any amendment shall be issued in writing, fax or email to all invited candidates and will be binding on them. The procuring entity may at its discretion extend the deadline for the submission of the quotations. 2.3 Preparation of Quotations 2.3.1 The individual consultants proposal shall be written in the English language. 2.3.2 In preparing the Technical proposal, the candidates are expected to examine the documents comprising the RFP (C&D) in detail. Material deficiencies in providing the information requested may result in rejection of a proposal. 2.3.3 While preparing the Technical proposal, the candidate must give particular attention to the following: (a) If a candidate considers that he does not have all the expertise required for the assignment he may suggest in the proposals other person(s) who will assist in the assignment but they will not be party to the contract for the purpose of the performance of the assignment. A candidate will not propose other candidates invited to submit quotations for the assignment. Any candidate in contravention of this requirement shall automatically be disqualified. (b) For all the staff who will be involved in the assignment a candidate must indicate their responsibility in the assignment and also the staff time as necessary. (c) The curriculum vitae (CV) of the staff proposed must be submitted with the quotation. 2.3.4 The Technical proposal shall provide the following information: (a) The individual consultants CV and a brief of any recent experience of assignment of a similar nature. For each assignment the brief should indicate the profiles of staff involved, contract amount and the individual consultant s involvement. (b) Any comments or suggestions on the Terms of Reference and a list of service and facilities requested to be provided by the procuring entity. (c) A description of the methodology and work plan for performing the proposed assignment. (d) Any additional information requested in the special conditions of contract. 6

2.3.5 The Technical proposal shall be separate from the Financial proposal and shall not include any financial information. 2.4 Financial Quotation 2.4.1 In preparing the financial quotation, the candidate is expected to take into account the time required in completing the assignment as outlined in the RFP (C&D). The financial quotation will be quoted for the entire assignment. The financial quotation may also include other costs as necessary, which will be considered as reimbursable. It will then give the total cost of the assignment. 2.4.2 The Financial quotation should include the payable taxes. 2.4.3 The fees shall be expressed in Kenya Shillings. 2.4.4 The Financial quotation must remain valid for 120 days after the submission date. During this period the candidate is expected to keep available at his own cost any staff proposed for the assignment. The procuring entity will make best efforts to complete negotiations within this period. If the procuring entity wishes to extend the validity period of the quotation, the candidates who do not agree, have the right not to extend the validity of their quotations. 2.4.5 The financial quotation must comply with the law governing the profession of the candidate. 2.5 Submission, Receipt and Opening of Quotations 2.5.1 The technical proposal and the financial quotation shall be prepared in indelible ink. They shall contain no interlineations or overwriting, except as necessary to correct errors made by the candidates. Any such corrections must be initialed by the candidate. 2.5.2 For each quotation the candidates shall prepare the quotations in the number of copies indicated in the special conditions of contract. Each technical proposal and financial quotation shall be marked ORIGINAL or COPY as appropriate. If there are any discrepancies between the original and the copies of the quotation, 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 quotation in a sealed envelope duly marked FINANCIAL QUOTATION. Both envelopes shall be placed in an outer envelope and sealed. This outer envelope shall bear the procuring entities address and other information indicated in the appendix to the instructions to candidates and clearly marked DO NOT OPEN before 12.00 noon on 6 th July 2016 7

The completed Technical proposal and Financial quotations must be delivered in plain sealed envelopes clearly marked EPC/PRO/RFP/013/2015-2016 UPGRADE NAVISION SYSTEM (2016) should be addressed and delivered to: The Chief Executive Export Promotion Council 16th Floor, Anniversary Towers, University Way P.O. Box 40247-00100 NAIROBI so as to be received on or before 12.00 noon on 6 th July 2016 2.5.4 Any quotations received later than the closing date and time for submission of quotations shall be rejected and returned to the candidate unopened. For this purpose the inner envelope containing the technical and financial quotations will bear the address of the candidate submitting the quotations. 2.5.5 After the deadline for submission of quotations the outer envelope and the technical quotations shall be opened immediately by the opening committee. The financial quotations shall be marked with the candidates number allocated at the time of opening the outer envelope and the technical proposals but shall remain sealed and in the custody of a responsible officer of the procuring entity up to the time set for opening it. 2.6 Evaluation of the Quotations 2.6.1 From the time the quotations are opened to the time of the contract award, any candidate wishing to contact the procuring entity on any matter relating to the quotation should do so in writing at the address indicated in the appendix to the instructions to candidates. Any effort by any candidate to influence the procuring entity s staff in the evaluation of quotation, companion proposals or awards of contract may result in the rejection of the candidate quotation. 2.6.2 The Technical evaluation committee shall have no access to the financial quotation, which in any case will remain sealed, until the technical evaluation is concluded or finalized. 2.7 Evaluation of Technical Proposals 2.7.1 The evaluation committee appointed by the procuring entity to evaluate 8

the quotations shall carry out the evaluation of technical proposals following the criteria set out in the terms of reference based on the following points; Criteria Points i) Qualifications of proposed staff 20 -----30 ii) Specific experience of the proposed staff 10 ------30 related to the assignment iii) Adequacy of methodology and work plan in 10 ------40 response to the Terms of Reference Total Points 100 2.7.2 Any quotation which will be examined and found not to comply with all the requirements for submission of the quotations will be declared non responsive. All the quotations found to have complied with all the requirements for submission of quotation shall be declared responsive by the evaluation committee. 2.7.3 Each responsive quotation will be given a technical score (ST). Any technical proposal which fails to achieve the total minimum score indicated in the appendix to the information to tenderers shall be rejected at this stage and will not proceed to the next stage of evaluation. The respective financial quotation will be returned to the individual consultant unopened. 2.7.4 The technical evaluation may be simplified where the assignment is not complex in which case merit points will not be used. 2.8 Opening and Evaluation of Financial Quotation 2.8.1 After completion of the evaluation of Technical proposals the procuring entity shall notify the candidates whose proposal did not meet the minimum technical score or were declared non responsive to the RFQ (C&D) and terms of reference. The notification will indicate that their financial quotations shall not be opened and will be returned to them unopened after the completion of the selection process and contract award. At the same time, the procuring entity shall simultaneously notify the candidates who have secured the minimum technical score that they have passed the technical qualifications and inform them the date and time set by the procuring entity for opening their financial quotations. They will also be invited to attend the opening ceremony if they wish to do so. 2.8.2 The financial quotations shall be opened by the procuring entity in the presence of the candidates who choose to attend the opening. The name of the candidate, the technical score or the technical evaluation result and the 9

proposed fees shall be read out aloud and recorded. The evaluation committee shall prepare minutes of the opening of the financial quotation. 2.8.3 The formulae for determining the financial score (SF) unless an alternative formula is indicated in the appendix to the information to tenderers shall be as follows: Sf = 100 x fm/f where Sf is the financial score fm is the lowest fees quoted and f is the fees of the quotation under consideration The lowest fees quoted will be allocated the maximum score of 100. 2.8.4 The candidates quotations will be ranked according to their combined technical score (st) and financial score (sf) using the weights indicated in the appendix to the candidates. Unless otherwise stated in the instructions to candidates the formula for the combined scores shall be as follows: S = ST x T% + SF x P% Where S, is the total combined scores of technical and financial scores St is the technical score Sf is the financial score T is the weight given to the technical proposal and P is the weight given to the financial quotation Note P + T will be equal to 100% The candidate achieving the highest combined technical and financial score will be invited for negotiations. 2.9 Negotiations 2.9.1 Negotiations will be held at the same address indicated in the appendix to the information to candidates. The purpose of the negotiations is for the procuring entity and the candidate to reach agreement on all points regarding the assignment and sign a contract. 2.9.2 The negotiations will include a discussion on the technical proposals, the proposed methodology and work plan, staff and any suggestions made by the candidate to improve the Terms of Reference. The agreed work plan and Terms of Reference will be incorporated in the description of the service or assignment and form part of the contract. 2.9.3 The negotiations will be concluded with a review of the draft contract. If negotiations fail, the procuring entity will invite the candidate whose proposal achieved the second highest score to negotiate a contract. 10

2.10 Award of Contract 2.10.1 The contract will be awarded before commencement of negotiations. After negotiations are completed the procuring entity will promptly notify the other candidates that they were unsuccessful and return the financial quotations of the candidates who did not pass technical evaluation. 2.10.2 The selected candidate is expected to commence the assignment on the date indicated in the appendix to the instructions to tenderers or any other date agreed with the Procuring Entity at the time of the contract award. Both parties will sign the contract. 2.11 Confidentiality 2.11.1 Information relating to evaluation of quotations and recommendations of contract award shall not be disclosed to the candidates who submitted the quotation or to other persons not officially concerned with the process, until the winning candidate has been notified that he/she has been awarded the contract. 11

SECTION III: TERMS OF REFERENCE (TOR) FOR FINANCIAL SYSTEM UPGRADE 2016 GENERAL 1. These specifications describe the basic requirements quoting entities are requested to submit with their offers i.e. the detailed specifications, drawings, catalogues, etc for the services they intend to supply. 2. All the dimensions and capacities of the products and services 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 such as calculation sheets, etc. The procuring entity reserves the right to reject the products/services, if such deviations shall be found critical to the use and operation of the products. 3. The overall objectives of the proposed systems upgrade are intended to enable the users to manage the organizational processes and be able to fully benefit from the systems features. This would help in effective management of current and future operations in the changing environment. 4. The Council is therefore seeking experienced and well established firms to; (a) Upgrade the existing finance module from Microsoft Dynamics NAV2004 FMIS Version 4.00. to Microsoft Dynamics NAV 2016 and migrate the Finance, Payroll and database to the new system. (b) Install and integrated Procurement and Human Resource Module on Microsoft Dynamics NAV 2016 (c) Train staff on the system (15 users) (d) Provide annual support and maintenance of the entire system (e) Integrate all the modules 5. The quoting entity must meet the following requirements: (i) Give a detailed list and recommendation letters of at least five (5) reputable clients whom they have installed Navision 2016, their contact addresses including telephone, fax, email, contact person and the services relevant to those required by the procuring entity. The procuring entity should be in a position to contact some or all of the organizations listed. (ii) Provide a company profile including credentials of the qualified and competent system consultants with the following; a) Demonstrate to have at least 7 years working at progressively senior levels in an ERP environment 12

b) Give proven experience of installation and upgrading of Navision systems particularly from Microsoft Dynamics Nav 2004 FMIS to Microsoft Dynamics NAV 2016 c) Extensive senior level experience in working on part of a change process within a large organization including providing senior level guidance and mobilizing capacity building initiatives d) Extensive knowledge of good practices including framework, methods, tools and technologies in systems upgrade e) Skills and experience in ERP assessment and upgrade f) Extensive experience in capacity development/training with regard to use and controls in the Enterprise Resource Planning (ERP) g) Proven experience of supporting information sharing networks and facilitating benchmarking between government organizations. (iii) Must also submit copies of the following documents: (a) Tax Compliance Certificates (b) Certificate of Registration/Incorporation (iv) (v) (vi) Current Audited financial statements for the last three (3) years Membership to relevant professional bodies The firm must be an authorized Navision Dealer by Microsoft Kenya office (Provide proof/evidence of being an authorized Navision System Provider by Microsoft Kenya). 6. The quoting entities are requested to present information along with their offers as follows: (i) Shortest possible completion period. (ii) Longest possible completion period. SPECIFIC TO THIS CONTRACT The Terms of Reference/scope for the system upgrade are as detailed. The upgrade will facilitate a smooth transition to current business information technology without disruptions on operations and without a lot of time being taken on training the users on the system. Microsoft Dynamics NAV 2016 13

Microsoft Dynamics NAV2016 helps to manage finances, procurement, human resources, citizen relationships, funds, projects and grants, budgetary control and service delivery all with a low total cost of ownership and fast time to value. The system is expected to have the following features: 1. Hosting Microsoft Dynamics NAV 2016 Should deploy Microsoft Dynamics NAV 2016 clients more easily to more end users across the enterprise 2. Virtualization for Microsoft Dynamics NAV 2016 Should make applications available without installing the applications directly on end-user computers, you sequence an application so that it runs in its own selfcontained virtual environment on the client computer. Sequenced applications can access data, system services, and configurations either locally or remotely. 3. Connecting to Wide Area Network Connection Client should connect to a Microsoft Dynamics NAV Server instance over a wide area network (WAN) connection. The Role Tailored client and Microsoft Dynamics NAV Server can also be in separate Active Directory domains. Microsoft Dynamics NAV2016 is highly scalable and compatible with the technology we already use so that it delivers long term value without high costs down the road. Ongoing commitment to innovation means you are investing in a business platform that will always keep you in the forefront of what s ahead. 4. Microsoft Dynamics CRM integration 2016 Today s fast-paced business environment demands instant access to customers and vendors. Microsoft is providing built-in integration with Microsoft Dynamics CRM. Benefits of customer relationship management (CRM) integration include eliminating redundant data entries, keeping information up to date in both ERP and CRM solutions, and providing users with the ability to quickly access detailed business information about contracts, pricing and product availability. Customers can choose between integration to on-premises Microsoft Dynamics CRM or Microsoft Dynamics CRM Online with the option to migrate to either option over time. EPC provides the following services to clients to enhance their export readiness and competitiveness and increase market opportunities: 1. Provision of export trade information: One of the departments in EPC is responsible for providing export trade information to clients. The information is provided at the head office in Nairobi and 2 Regional Offices in Mombasa and Eldoret. Clients make enquiries for information mainly 14

through visiting the department, emailing and telephoning. Other channels of making enquires include the EPC website, social media and post. Enquires received by the department are recorded in an MS Access enquiry management database system, which captures the following data: a) Client s name, company name, postal and physical address, county, telephone, email and fax b) Type of client e.g. business person, consultant, researcher, government department c) Trade sector d) Export status: Exporting or not exporting e) Export markets and number of years in export trade f) Required information g) Export market of interest h) The date enquiry is made i) The channel used to make the enquiry j) The person(s) assigned the enquiry k) The information provided to the client (response) by the department and response date l) The sources of the provided information e.g. library, in-house trade database Each enquiry is assigned an enquiry number for tracking purpose. A database of all clients is maintained by the system. The system includes a facility for the general manager in charge of the department to monitor responses to enquiries and the number of enquires assigned to officers responsible for answering them. Various analysis reports a produced by the system e.g. enquiries received over a given period, successfully answered enquiries, enquires by sectors, summary of sources of information and markets of interest. 2. Market development facilitation: The market development activities involve preparation of trade promotion events for clients. The records of clients invited to participate in the events and those who qualify to participate are maintained in MS Word documents. The captured data include: a) Client s name, position in company, company name, postal and physical address, county, telephone, email, fax and website b) Brief company profile c) Trade events the company has attended in the past d) Products to be promoted at the planned event e) Existing export markets f) Value of exports for last 4 years 15

3. Product development facilitation: The activities assist entrepreneurs improve the quality of their products to meet export quality. The records of entrepreneurs invited to participate and those who qualify to participate are maintained in MS Word and Excel documents. The captured data include: a. Name of enterprise, date of registration, registration number, business address, physical location, county, constituency, town, telephone, fax, contact person, designation, mobile, e-mail, website, type of enterprise ( e.g. company, cooperative) b. Employment/membership record for the last 4 years c. Type of business d. Membership of business association e. Product details: names of products, annual production in terms of quantities and of sales value f. Market information: Local and export market, sales value in the markets, targeted export market g. Export sales for the last 4 years h. Challenges encountered i. Required export trade training j. Sources of finance k. Certification information 4. Export Trade Training: The Council organizes export trade training for existing and potential exporters to impart knowledge on the export requirements with a view to enhance their export readiness and competitiveness. Records of the training activities are maintained in a MS Access database and contain the following data: a. Training module: Name of training module, training event, dates, location and county b. Participants details: Name, position in company, physical and postal address, county, email, telephone, fax, website, training attended c. Company details: Name of company, registration date, number of employees, type of business, trade sector, export status, export destinations d. Product details: Main products produced/traded, export status per product, annual production and sales The above are the main services directly provided to existing and potential exporters. EPC in addition provides services and works with trade organizations e.g. government ministries, trade promotion organizations etc. Specific Terms of Reference for the CRM The quoting entity is required to: 16

1. Supply a Customer Relationship Management (CRM) system to enable EPC enhances service provision and interaction with clients. The system should: a. integrate all the data and systems detailed in the preamble to eliminate duplication of data, simplify data maintenance and reporting; b. provide data analysis facilities and produce reports that enable users and management to make informed decisions; c. provide monitoring facility where required; and d. Provide all the functionality available in the systems and capture all the data detailed in the preamble above. 2. Install and customise the system to meet EPC requirements. The installation and customization should include the 3 offices in Nairobi, Mombasa and Eldoret. 3. Integrate the systems with the rest of the ERP modules. 4. Train users of the systems including administrators. 5. Migrate the data from existing systems to the CRM. 6. Provide initial support in operating the system after installation. 5. Online Payment Service - Microsoft Dynamics NAV This enables customers to process payment transactions from the Microsoft Dynamics NAV interface across multiple channels, including e-commerce, point of sale and call center transactions. The Payment Service should work with leading payment processing services and all major secured credit cards. 6. Microsoft Application Virtualization support The Microsoft Dynamics NAV 2016 Role Tailored interface should be deployable on Microsoft Application Virtualization (App-V) technology, which is relevant for both on premise and hosted solutions. This provides a better experience for the end user as all integration with local applications is done on the desktop. It also cuts IT costs by centrally managing Microsoft Dynamics NAV client installations with automatic deployment to the desktop after an update. 7. Budget control and commitment accounting The system should have a three dimension budgetary control system for monitoring, controlling and commitment of expenditure and for managing the budget. It should be able to print a balance that shows variances to the budget by percentage 8. Responsibility Centers The system should allow the setup of cost centers (departments) which can be able to tie a user to a responsibility center. 17

9. Change Log The system should be able to track changes made to Microsoft Dynamics NAV master data. All modifications should be able to logged that have been made by users in the database, other than the ones for the working documents. 10. Fixed Assets It should be able to keep a track of fixed assets and also ability to post various fixed-assets transactions. It should also to be able to allocate different percentages of fixed asset transactions. It should also keep track of insurance coverage and annual insurance premium to determine whether the assets are under insured or over insured. It should be able to keep a record of maintenance and service expenses for each fixed assets. It should also allow for reclassification of fixed assets. 11. Purchase Order Management Manage purchase order processes Stores Management Being able to set up inventory items and able to do cycle counting 12. Project Management The system should be able to keep track of the basic project management resources and allocation of the resources. The system should also be able to monitor resource usage and get an overview of the capacity for each resource with information about availability and planned costs. 13. User defined workflow The system should have defined workflows which are powerful tool for creating workflows in an organization 14. Document Attachments NAV 2016 Document Attachment will help departments streamline business processes; reduce the costs of handling paper documents. It will enable Microsoft Dynamics NAV users to attach statements, invoices, remittances and other financial documents instantly from their PC or central server in any soft copy format. Another user will then archive documents so they can be retrieved promptly, helping you to respond to queries instantly. Accounts staff and document approvers will no longer waste time searching filing cabinets for paper documents, storage costs will be reduced, whilst compliance regulations will be maintained. Attachments can also archive to a central location so that non NAV users like procurement people can access valuable information easily, without relying on assistance from the accounts team. 18

15. Payroll System Payroll system should competently capture, manipulate and collate data so as to avail accurate information in real time when called for, for informed decision making. We require a system that can facilitate management of staff records including scanning of records for preservation and security. The Upgrade should include a module that is a fully fledged HRIS that can ably facilitate in all the human resource functions including and not limited to:- Training, performance management, skills inventory, Separations and staff exits (including exit interviews), Appointments (new appointment/acting ), Promotions, Disciplinary action, Leave management. 16. Integration with Microsoft Office suite Deep integration across Microsoft Dynamics NAV 2016 with familiar programs such as Microsoft Office Excel and Windows SharePoint Services makes it easy to communicate and collaborate effectively and share information. 17. Synchronizing Microsoft Dynamics NAV 2016 with Microsoft Office Outlook The system should have capabilities of being synchronized with Microsoft Office Outlook. The Current operating environment: The environment is as follows: Server NAV is currently operating on IBM Server Drive C - 68.3GB Free 36GB Windows Server 2003 R2 Enterprise 64 bit SQL 2005 Drive D - 205GB Free 102GB Processor Intel Xeon 3.2GHz The New Server specs Proposed to be used for NAV 2016 IBM Server x3550m4 Processor Intel Xeon 2.0GHz Drive C 189GB Drive D 1.1TB Free 92.2GB Free 706GB RAID Configured No SQL 19

RAM 16GB Windows Server 2012 Datacenter 64 bit SUBMISSION The quoting entity shall submit the original and a copy of both the technical and financial proposals. In total therefore, the quoting entity shall provide four (4) compiled documents. 20

SECTION IV: TECHNICAL PROPOSAL (TP) Notes on the Preparation of Technical Proposal The technical proposal shall be prepared and submitted by the candidates. It shall contain the following: (a) (b) (c) (d) (e) Submission letter Comments and suggestions of the consultant on the terms of reference, personnel, facility and other requirements to be provided by the procuring entity Description of the methodology and work plan for performing the assignment The proposed key staff for the assignment Consulting services activities times schedule (To be prepared by the candidate as appropriate) 21

SECTION V: FINANCIAL QUOTATION (FQ) Notes on the Preparation of Financial Quotation The financial quotation shall be prepared and submitted by the candidates. It shall contain the following. (a) Submission letter indicating total fees (b) Summary of costs (c) Breakdown of fees per activity (d) Breakdown of reimbursable costs/expenses per activity (e) Miscellaneous expenses (To be prepared by the candidate as appropriate) 22

ENTERPRISE RESOURCE PLANNING EVALUATION FORM The criteria given in the table shall apply in the evaluation of the technical quality and responsiveness of the proposal provided for Enterprise Resource planning Consultancy. NO DESCRIPTION Max score (100) 1 Experience of the consultants i. Experience of projects of comparable size and expertise including referees. 10 marks ii. Experience in training staff on enterprise risk management. 5 marks iii. Experience in process change and management. 5marks 2 Qualifications and Competence of staff i. General qualifications. 5 marks ii. Suitability for the project. 5 marks iii. Professional qualification relevant to the project. 10 marks 3 Adequacy of methodology and work plan i. Technical approach and methodology. 10 marks ii. Work plan. 5 marks iii. Organization and staffing. 5 marks 4 Presentation of the functionality of the system and its capabilities to the evaluation team 4 Support facilities and organization i. Relevance of support facilities and organization 2 marks ii. Support approach and methodology.2 marks iii. Qualifications of support specialists.1 marks 20 20 20 25 5 5 Proposal presentation 10 i. Intellectual and technical soundness. 5 marks ii. Organization and completeness in interpretation and extent of coverage. 5 marks TOTAL 100 23

SECTION VI: STANDARD CONTRACT FORM CONSULTANCY/DESIGN (Lump-sum payment) The contract form shall be completed by the procuring entity after the award of the contract and negotiation of the contract. It will be signed by both parties pursuant to the Information to Candidates Clause 2.10.2. 24

SECTION VI: STANDARD CONTRACT FORM This Agreement, [hereinafter called the Contract ) is entered into this...[insert starting date of assignment], by and between.. [insert Client s name] of.. [whose registered office is situated at]...[insert Client s address] (hereinafter called the Client ) of the one part AND... [insert Consultant s name] of... [whose registered office is situated at]. [insert Consultants address ] (hereinafter called the Consultant ) of the other part. WHEREAS the Client wishes to have the Consultant perform the services [hereinafter referred to as the Services and WHEREAS the Consultant is willing to perform the said Services, NOW THEREFORE THE PARTIES hereby agree as follows: 1. Services: (i) The Consultant shall perform the Services specified in Appendix A, Terms of Reference and scope of service, which is made an integral part of this Contract. (ii) The Consultant shall provide the personnel listed in Appendix B, Consultant s personnel to perform the services (iii) The Consultant shall submit to the client reports in the form and within the time periods specified in Appendix C, Consultants Reporting Obligations 2. Term: The Consultant shall perform the Services during the period commencing on [insert starting date] and through to [insert completion date], or any other period(s) as may be subsequently agreed by the parties in writing. 3. Payment A. Ceiling For Services rendered, the Client shall pay the Consultant an amount not to Exceed [insert amount]. This amount has been established based on the understanding that it includes all the Consultant s costs and profits as well as any tax obligation that may be imposed on the Consultant. B. Schedule of Payments The schedule of payments is specified below 25

Kshs. upon successful commissioning. Kshs. 30 days after commissioning. Kshs. Total C. Payment Conditions Payment shall be made in Kenya Shillings unless otherwise specified not later than thirty (30) days following submission by the Consultant of invoices in duplicate to the Coordinator designated in Clause 4 here below. If the Client has delayed payments beyond thirty (30) days after the due date hereof, simple interest shall be paid to the Consultant for each day of delay at a rate three Percentage points above the prevailing Central Bank of Kenya s average rate for base lending. 4. Project A. Coordinator Administration The Client designates [insert name] as Client s Coordinator; the Coordinator will be responsible for the Coordination of activities under this Contract, for acceptance and approval of the reports and of other deliverables, by the Client and for receiving and approving invoices for payment. B. Reports The reports listed in Appendix C, Consultants Reporting Obligations, shall be submitted in the course of the assignment and will constitute the basis for the payments to be made under paragraph 3. 5. Performance: The Consultant undertakes to perform the Services with Standards the highest standards of professional and ethical competence and integrity. The Consultant shall promptly replace any employees assigned under this Contract that the Client considers unsatisfactory. 6. Confidentiality: The Consultant shall not, during the term of this Contract and within two years after its expiration disclose any proprietary or confidential information relating to the Services, this Contract or the Client s business or operations without the prior written consent of the Client. 7. Ownership of Any studies, reports or other material, graphic, material Material software or otherwise prepared by the Consultant for the Client under the Contract shall belong to and remain the 26

property of the Client. The Consultant may retain a copy of such documents and software. 8. Consultant The consultant agrees that during the term of this contract Not to be and after its termination the consultant and any entity Engaged in affiliated with the consultant shall be disqualified from Certain providing goods, works or services( other than the services Activities and any continuation thereof) for any project resulting from closely related to the services 9. Insurance The Consultant will be responsible for taking out any appropriate insurance coverage. 10. Assignment The Consultant shall not assign this Contract or subcontract any portion of it without the Client s prior written consent. 11. Law Governing The Contract shall be governed by the laws of Kenya and Contract and the language of the Contract shall be English language Language 12. Dispute Any dispute arising out of the Contract which cannot be Resolution amicably settled between the parties shall be referred by either party to arbitration or the final decision of a person to be agreed between the parties. Failing agreement to concur in the appointment of an Arbitrator, the Arbitrator shall be appointed by the Chairman of the Chartered Institute of Arbitrators, Kenya branch, on the request of the applying party. For the Client For the Consultant 27

Full name Full name Title Title Signature Signature Date Date 28

APPENDIX: PROCURING ENTITY CONTACT ADDRESS The Chief Executive Export Promotion Council 16th floor, Anniversary Towers, University Way P.O. Box 40247 00100 GPO NAIROBI Telephone: 254-20-2228534-8 Fax: 254-20-2218013/2228539 Email: chiefexe@epc.or.ke 29

REQUEST FOR REVIEW FORM FORM RB 1 REPUBLIC OF KENYA PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD APPLICATION NO.OF..20..... BETWEEN.APPLICANT AND RESPONDENT (Procuring Entity) Request for review of the decision of the (Name of the Procuring Entity) of dated the day of.20.in the matter of Tender No.. of..20 REQUEST FOR REVIEW I/We,the above named Applicant(s), of address: Physical address.fax No Tel. No..Email, hereby request the Public Procurement Administrative Review Board to review the whole/part of the above mentioned decision on the following grounds, namely:- 1. 2. By this memorandum, the Applicant requests the Board for an order/orders that: - 1. 2. SIGNED.(Applicant) Dated on.day of / 20.. FOR OFFICIAL USE ONLY Lodged with the Secretary Public Procurement Administrative Review Board on day of...20. SIGNED Board Secretary 30