KENYA MEDICAL RESEARCH INSTITUTE

Similar documents
Kenya Seed Company limited

STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN)

CONSULTANCY TO UNDERTAKE A STUDY ON USE OF ECONOMIC INSTRUMENTS FOR THE ENVIRONMENTAL MANAGEMENT IN KENYA WITH A FOCUS ON PLASTICS SECTOR IN KENYA

REQUEST FOR PROPOSALS (RFP) FOR: PROVISION OF CONSULTANCY SERVICES FOR DEVELOPMENT OF AN ORGANIZATIONAL STRATEGIC PLAN. REF No.

REPUBLIC OF KENYA MINISTRY OF INDUSTRIALIZATION AND ENTERPRISE DEVELOPMENT

FORTUNE SACCO REQUEST FOR PROPOSAL FOR PROVISION OF AUDIT SERVICES FOR THE FINANCIAL YEAR CLOSING DATE: MONDAY 20 th, MARCH 2017, TIME: 11:30AM

CONSULTANCY SERVICES FOR PREPARATION AND SUBMISSION OF REPORTS ON ERP FINANCE MODULE (CODE: MSTC-ERP-CP)

REF NO: CAK/TEND /006/

NATIONAL ENVIRONMENT MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL FOR CONSULTANCY SERVICES TO SUPPORT THE DEVELOPMENT OF A GCF PROPOSAL ON

KENYA FILM CLASSIFICATION BOARD REQUEST FOR PROPOSAL FOR PRODUCTION OF A VIDEO DOCUMENTARY FOR KENYA FILM CLASSIFICATION BOARD

(A Government of India Enterprise) MSTC LIMITED

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

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

CAR I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

R E Q U E S T F O R P R O P O S A L S ( R F P ) PRO V I S I O N O F I N T E G R A T E D M A R K E T I N G C O M M U N I C A T I O N S S E R V I C E S

Selection of Consultants

NSSF Tender No. 15/ (RFP) Customer Needs and Satisfaction Survey NATIONAL SOCIAL SECURITY FUND P.O BOX NAIROBI.

REQUEST FOR PROPOSALS

COUNTY GOVERNMENT OF BUNGOMA OFFICE OF THE COUNTY SECRETARY& HEAD OF PUBLIC SERVICE BGM/CNTY/CS/RFP/80/2017/2018 REQUEST FOR PROPOSAL FOR

INTERNATIONAL CENTRE OF INSECT PHYSIOLOGY AND ECOLOGY (icipe) REQUEST FOR PROPOSALS (RFP)

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

REPUBLIC OF KENYA COUNTY GOVERNMENT OF SIAYA REQUEST FOR PROPOSAL FOR

EPC/PRO/RFP/003/ REQUEST FOR PROPOSALS FOR THE EVENT ORGANIZER FOR THE 2014 NATIONAL EXPORTER S FORUM

REQUEST FOR PROPOSALS FOR PRODUCTION OF A VIDEO DOCUMENTARY

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF WIDE AREA NETWORK INTERNET CONNECTIVITY TO KALRO HEADQUARTERS, INSTITUTES AND CENTRES

NOTICE INVITING TENDER FOR ENERGY EFFICIENT LED STREET LIGHTING

The Request for Proposal consists of the following documents, and should be read in conjunction with any Addenda issued:

REQUEST FOR PROPOSALS

KARATINA UNIVERSITY. TENDER NO.: KarU/OT/0001/

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

Kathmandu Office UNESCO Representative to Nepal

PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

PREQUALIFICATION DOCUMENT

Ontario College of Trades

Diu Smart City Limited (DSCL) REQUEST FOR PROPOSAL

PRE- QUALIFICATION OF SUPPLIERS FOR HOME AFRIKA LIMITED

Procurement of Consulting Services' Direct Purchase

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

REQUEST FOR PROPOSALS (RFP) AND GENERAL INSTRUCTION TO SERVICE PROVIDERS BID DATA SHEET (BDS)

Request for Proposals:

Request for Proposals for conducting a Business Impact Analysis to prepare Business Continuity Planning for the Headquarter in Geneva.

Insert in subject line: Proposal for Developing and Producing a Forest-PLUS Program Video

REQUEST FOR PROPOSALS RFP/2017/021. Provision of Consultancy Services for Enhancement of REmap tool and preparation for the Energy Transition Model

REQUEST FOR PROPOSALS RFP Number: 2017/RFP0011/IOM-GLO. (Grants) For Simple Assignments GRANTS FOR

Section 5: Technical Proposal- Standard Forms

Terms of Reference. Documentary Video showcasing the activities of Kenya Youth Business Trust Mombasa

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Creation of Corporate Film for India Brand Equity Foundation (IBEF)

LSETF LAGOS STATE EMPLOYMENT TRUST FUND 16, BILLINGS WAY, OREGUN, IKEJA, LAGOS. RFP/06/09 November 24, 2016

PEOPLES UNIVERSITY OF MEDICAL & HEALTH SCIENCES FOR WOMEN NAWABSHAH AT DISTT: SHAHEED BENAZIRABAD

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

PROVISION OF SECURITY SERVICES

Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

Request for Proposal PROFESSIONAL AUDIT SERVICES

RFP for Design, print and production of the Annual Report for India Brand Equity Foundation

TENDER FOR PROVIDING CREATIVE DESIGNING SERVICES for Vibrant Gujarat Summit 2015 (02/VG2015) Asia. Gujarat. Gujarat: Land of Opportunities

General Contractor Services - Small Projects

REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

INVITATION TO BID. ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq

KWS/GIMCO/EOI/52/

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

5102P - Functional Consultant for PeopleSoft Financial and Supply Chain Management Release 9.2 Upgrade 1. Introduction

INSTITUTE OF CERTIFIED PUBLIC ACCOUNTANTS OF KENYA P.O BOX , NAIROBI. KENYA TEL:

REQUEST FOR PROPOSAL (RFP) AUDIT SERVICES. Ref: RFP/

REQUEST FOR PROPOSAL Digital Archiving Project

Request for Expression of Interest

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Amalgamation Study Consultant

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION

Request for Proposals (RFP) The provision of a full production of a high quality audio visual segment to the CSIR. RFP No.

TENDER DOCUMENT. For Selection of Surveyor Agency for Survey works at Panagarh Industrial Park of WBIDC

CLARIFICATIONS ON ISSUES RAISED BY BIDDERS ON RFP FOR DESIGN AND DELEOPMENT OF A WEB-BASED ROAD MANAGEMENT SYSTEM

Request for Proposals (RFP)

Request for Information and Qualifications RFIQ No Facility Asset Management Consulting Services

Digital Copier Equipment and Service Program

Trust Fund Grant Agreement

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

REQUEST FOR PROPOSAL

CENTRAL BANK OF LESOTHO REQUEST FOR PROPOSAL

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL

Section 1. RFP No. 05/18-19, Dated 15 th September, General Invitation to participate in RFP

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Trust Fund Grant Agreement

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

REQUEST FOR PROPOSALS

Design concept for Fairs and Exhibitions

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

TENDER DOCUMENT FOR SELECTION OF SOCIAL MEDIA AGENCY FOR ANNUAL MEETING OF AFRICAN DEVELOPMENT BANK

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Unsolicited Proposals Guidelines. Unsolicited Proposals Guidelines

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

RFP for Export Reports generation and maintenance for India Brand Equity Foundation (IBEF)

Transcription:

KENYA MEDICAL RESEARCH INSTITUTE In Search Of Better Health PRODUCTION OF A VIDEO DOCUMENTARY FOR KEMRI KEMRI/HQ/007/2017-2018. CLOSING DATE: 26 TH SEPTEMBER, 2017

1.0 BACKGROUND INFORMATION The Kenya Medical Research Institute (KEMRI) is a state corporation, established through the former Science and Technology (Amendment) Act of 1979 which has been amended to Science, Technology and innovation Act, 2013. The 1979 Act established KEMRI as a national body responsible for carrying out health research in Kenya. KEMRI has grown from its humble beginning 35years ago to become a regional leader in human health research. The Institute has 12 Centers- six at KEMRI headquarters in Nairobi, three at Kenyatta National Hospital in Nairobi; one in Busia, one in Kisumu and another one in Kilifi. Other satellite stations include; Kwale, Malindi, Kericho, Kirinyaga, Kondele, Kombewa and Siaya. 1.1. Overall objective of the project The overall objective of the assignment is to produce a broadcast quality TV documentary film on the KEMRI research programmes and activities with a special focus on best approaches, best practices, achievements and real impacts in the research project areas as well as revolutionizing service delivery in terms of enhancing efficiency, perception and quality of our products and services. 1.2. Specific tasks for the Consultancy firm Under the direct supervision of the Corporate Affairs Department and support from the KEMRI Management the consultancy firm will be required to;- Develop the documentary film s overall concept and scenario. Interview selected interviewees for the film who will include actual beneficiaries, local government officials, implementing partners and key staff of KEMRI. Visit the project sites and interact with the local communities who have been impacted by the KEMRI-supported projects to get the context. Develop the documentary script and storyboard to be used in the film. Perform appropriate video filming and shoot interviews with the research projects major beneficiaries and stakeholders. Present a draft documentary to KEMRI for comments about contents. Produce two (2) FINAL 28 minutes documentary; 10 minutes long (10 pieces) minidocumentary films on six thematic areas; and brief news worth feature DVDs (20pieces) version of 5 minutes long. 1.3.Output /Deliverables Meeting with research stakeholders in the field to collect and record data; Submit a storyboard and script for the documentary to KEMRI for approval before filming; Present draft documentary to KEMRI at the end of the field visit (recce) and incorporation of comments; Produce unedited (raw) and edited Master Video Recording of the scenarios captured, and the footage of the recorded stories. Present a complete 28, 10 and 5 minute documentary film version, and hand over two (2) master copies of each version to KEMRI and all the raw footage in useable format. 2

1.4. Required Qualifications and Experience of the Consultancy Firm The consultancy firm will be required to have; Proof of at least 10 and above years of experience working in similar field. Extensive experience in producing health related work documentaries for international organizations with the aim of reaching both local and international audiences. Experience in working with other international organizations. Demonstrate local Knowledge of the all regions in Kenya particularly KEMRI project areas/sites. Demonstrate excellent technical capacities (state of art filming equipment preferably High Definition) to ensure smooth and broadcast high quality production. Additional experience in development and health communication will be an added advantage. 1.5. Duration of the Assignment The assignment is expected to take 45 working days from the date of signing the contract. 1.6. Intellectual Property All information pertaining to this project (documentary, audio, digital, cyber, project documents, etc.) belonging to the client, which the Consultancy firm may come into contact with in the performance of his/her, duties under this consultancy shall remain the property of the KEMRI who shall have exclusive rights over their use. Except for purposes of this assignment, the information shall not be disclosed to the public nor used in whatever without written permission of the KEMRI in line with the national and International Copyright Laws applicable. 1.7. Contractual arrangements and supervision The Consultancy firm will be hired under KEMRI terms of contract and supervised by the KEMRI s Corporate Affairs department solely for the purpose of delivering the above outputs, within the agreed time frame. The Consultancy firm will be required to spend 90 percent of the consultancy time at the project site in the focus areas of KEMRI s work across the country. KEMRI as the Client shall provide necessary support to the Consultancy firm in order to execute the assignment during the duration of the consultancy including access to relevant project documents necessary for execution of the duties under this consultancy. However, the consultant will be required to absorb any costs incurred by the staff of the consultancy firm and KEMRI s staff/associates involved in this assignment. 1.8. The Scope of Work The Consultant is expected to: a) Undertake a situation analysis on the KEMRI projects/programmes in all the KEMRI Centers, stations and units. b) Identify the area of coverage and requirements c) Recommend appropriate strategies to undertake the assignment, prioritize the proposed initiatives, outline target results. d) Produce draft documentary film and present them to the KEMRI management for review 3

Professionally produced final documentary film, 60 minutes, 25 minutes and 10 minutes documentary film versions, and hand over 2 master copies of each version to KEMRI and two extra copies with the extra footage for future usage and present them to KEMRI management for approval. 2.0 MANDATORY REQUIREMENTS The following documents MUST be attached to the technical proposal; a) Detailed Company Profile; b) Certificate of Registration/ Incorporation; c) CV s of the personnel who will undertake the culture change programme ; d) Professional Indemnity Cover; e) Proof of physical address (e.g. lease agreement) f) Current certificate of tax compliance from Kenya Revenue Authority; g) References from three organizations where you have carried out a similar assignment in the last five (5) years; h) VAT and PIN Certificates i) Presentation of the entire tender document in a logical manner indicating table of content and page numbers and serialization of the entire tender document is a MUST. 4.0 Opening and Evaluation of Financial Proposals After completion of the evaluation of Technical proposals the procuring entity shall notify the individual consultants whose proposal did not meet the minimum technical score or were declared non responsive to the RFP and terms of reference. The notification will indicate that their financial proposals shall not be opened and will be returned to them un opened after the completion of the selection process and contract award. At the same time, the procuring entity shall simultaneously notify the consultants 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 proposal. They will also be invited to attend the opening ceremony if they wish to do so. The financial proposals shall be opened by the procuring entity in the presence of the individual consultants who choose to attend the opening. The name of the individual consultant, the technical score and the proposed fees shall be read out aloud and recorded. The evaluation committee shall prepare minutes of the opening of the financial proposals. 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 proposal under consideration. The lowest fees quoted will be allocated the maximum score of 100 4

The individual consultants proposals will be ranked according to their combined technical score (st) and financial score (sf) using the weights indicated in the appendix to the instructions to consultants. Unless otherwise stated in the appendix to the instructions to consultants the formule for the combined scores shall be as follows; S = ST xt% + 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 proposal Note P + T will be equal to 100% The individual consultant achieving the highest combined technical and financial score will be invited for negotiations. 5.0. INFORMATION TO CONSULTANTS Introduction 5.0.0 KEMRI 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. 5.0.1 The consultants are invited to submit a Technical Proposal and a Financial Proposal, or a Technical Proposal only, as specified in the Appendix ITC for consulting services required for the assignment named in the said Appendix. 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. 5.0.2 The consultants 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, consultants are encouraged to liaise with the Client regarding any information that they may require before submitting a proposal and to attend a pre-proposal conference where applicable. Consultants should contact the officials named in the Appendix ITC to arrange for any visit or to obtain additional information on the pre-proposal conference. Consultants should ensure that these officials are advised of the visit in adequate time to allow them to make appropriate arrangements. 5

5.0.3 KEMRI will provide the inputs that will assist the appointed firm in obtaining licenses and permits needed to carry out the services and make available relevant project data and reports. 5.0.4 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. 5.1 Clarification and Amendment of Tender Documents 5.1.0 Consultants 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 ITC. 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 consultants who intend to submit proposals. 5.1.1 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 or facsimile to all invited consultants and will be binding on them. The Client may at his discretion extend the deadline for the submission of proposals. 5.2. Preparation of Technical Proposal 5.2.0 The Consultants proposal shall be written in English language 5.2.1 In preparing the Technical Proposal, consultants 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. 5.2.2 While preparing the Technical Proposal, consultants must give particular attention to the following: (i) 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 consultant(s) and/or other firms or entities in a joint venture or subconsultancy as appropriate. Consultants shall not associate with the other consultants invited for this assignment. Any firms associating in contravention of this requirement shall automatically be disqualified. (ii) (iii) (iv) 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 has an extended and stable working relationship with it. Proposed professional staff must as a minimum, have the experience indicated in Appendix, preferably working under conditions similar to those prevailing in Kenya. 6

(v) Alternative professional staff shall not be proposed and only one Curriculum Vitae (CV) may be submitted for each position. 6.2.2The Technical Proposal shall provide the following information using the attached Standard Forms; (i) (ii) (iii) (iv) (v) (vi) (vii) 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. A description of the methodology and work plan for performing the assignment. The list of the proposed staff team by specialty, the tasks that would be assigned to each staff team member and their timing. The names of the team presented should be the ones who will be involved in the actual survey. CVs recently signed by the proposed professional staff who will undertake the exercise 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 ten (10) years. 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. 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. 6.2.1 The Technical Proposal shall not include any financial information. 5.3 Preparation of Financial Proposal 5.3.0 In preparing the Financial Proposal, consultants are expected to take into account the 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. 7

5.3.1 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 consultants, the sub-consultants and their personnel, unless Appendix A specifies otherwise. 5.3.2 Consultants shall express the price of their services in Kenya Shillings. 5.3.3 Commissions and gratuities, if any, paid or to be paid by consultants and related to the assignment will be listed in the Financial Proposal submission Form. 5.3.4 The Proposal must remain valid for 60 days after the submission date. During this period, the consultant 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 consultants shall agree to the extension. 5.4. Submission, Receipt, and Opening of Proposals 5.4.0 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. 5.4.1 For each proposal, the consultants 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. 5.4.2 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 ITC and be clearly marked, DO NOT OPEN, EXCEPT IN PRESENCE OF THE OPENING COMMITTEE. 5.4.3 The completed Technical and Financial Proposals must be delivered at the submission address on or before the time and date stated in the Appendix ITC. Any proposal received after the closing time for submission of proposals shall be returned to the respective consultant unopened. 5.4.4 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. 5.5 Proposal Evaluation General 5.5.0 From the time the bids are opened to the time the Contract is awarded, if any consultant 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 ITC. 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 consultant s proposal. 5.5.1 Evaluators of Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded. 8

5.6 Evaluation of Technical Proposal 5.6.0 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: Criteria Points 1. Experience of the consultant s organization 25 2. Methodology 50 a) Storyboard and Script 20 b) Proof completed work successfully 10 c) Technical approach and methodology 10 d) Work Plan 10 3. Qualification and competence of key staff 25 Producer/Director (10 years plus experience) 10 Production Team/staff 10 Use of Appropriate Technology 5 Total 100 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 ITC. 5.7 Public Opening and Evaluation of Financial Proposal 5.7.0 After Technical Proposal evaluation, the Client shall notify those consultants whose proposals did not meet the minimum qualifying mark or were considered Non-responsive 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 consultants 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 consultants 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. 5.7.1 The Financial Proposals shall be opened publicly in the presence of the consultants representatives who choose to attend. The name of the consultant, 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. 5.7.2 The evaluation committee will determine whether the financial proposals are complete (i.e. whether the consultant has costs of all the items of the corresponding Technical Proposal and correct any computational errors. The cost of any un priced 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. 9

5.7.3 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 Consultant in the financial proposal. 5.7.4 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. 5.7.5 The tender evaluation committee shall evaluate the tender within 30 days of from the date of opening the tender. 5.7.6 Contract price variations shall not be allowed for contracts not exceeding one year (12 months). 5.7.7 Where contract price variation is allowed, the variation shall not exceed 10% of the original contract price 5.7.8 Price variation requests shall be processed by the procuring entity within 30 days of receiving the request. 5.8 Negotiations 5.8.0 Negotiations will be held at the same address as address to send information to the Client indicated in the Appendix ITC. The aim is to reach agreement on all points and sign a contract. 5.8.1 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. 5.8.2 Unless there are exceptional reasons, the financial negotiations will not involve the remuneration rates for staff (no breakdown of fees). 5.8.3 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 10

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. 5.8.4 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. 5.8.5 The procuring entity shall appoint a team for the purpose of the negotiations. 5.9 Award of Contract 5.9.0 The Contract will be awarded following negotiations. After negotiations are completed, the Client will promptly notify other consultants on the shortlist that they were unsuccessful and return the Financial Proposals of those consultants who did not pass the technical evaluation. 5.9.1 The selected firm is expected to commence the assignment on the date and at the location specified in Appendix A. 5.9.2 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. 5.9.3 The procuring entity may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination. 5.9.4 The procuring entity shall give prompt notice of the termination to the proposals and on request give its reasons for termination within 14 days of receiving the request from any proposal. 5.9.5 To qualify for contract awards, the proposal 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 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. 5.10 Confidentiality 5.10.1 Information relating to evaluation of proposals and recommendations concerning awards shall not be disclosed to the consultants 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. 5.11 Corrupt or fraudulent practices 5.11.0 The procuring entity requires that the consultants observe the highest standards of ethics during the selection and award of the consultancy contract and also during the performance of the assignment. The proposal shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices. 11

5.11.1 The procuring entity will reject a proposal for award if it determines that the consultant recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. 5.11.2 Further a consultant who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in public procurement in Kenya 5.12. Appendix to Information to Consultants The following information for selection of consultants shall complement or amend the provisions of the information to consultants, wherever there is a conflict between the provisions of the information and to consultants and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the information to consultants. 6.0 TECHNICAL PROPOSAL 6.0.0 Notes on the preparation of the Technical Proposals In preparing the technical proposals the consultant is expected to examine all terms and information included in the RFP. Failure to provide all requested information shall be at the consultants own risk and may result in rejection of the consultant s proposal. 6.0.1 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. 6.0.2 The Technical proposal shall not include any financial information unless it is allowed in the Appendix to information to the consultants or the Special Conditions of contract. 7.0. TECHNICAL PROPOSAL SUBMISSION FORM [ Date] To: [Name and address of Client) Ladies/Gentlemen: We, the undersigned, offer to provide the consulting services for 12

[Title of consulting services] in accordance with your Request for Proposal dated [Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, [and a Financial Proposal sealed under a separate envelope-where applicable]. We understand you are not bound to accept any Proposal that you receive. We remain, Yours sincerely, [Authorized Signature] [Name and Title of Signatory] [Name of Firm] [Address] 8.0 FIRM S REFERENCE Relevant Services Carried Out in the Last Five Years That Best Illustrate Qualifications Using the format below, provide information on each assignment for which your firm either individually, as a corporate entity or in association, was legally contracted. Assignment Name: Country Location within Country: Professional Staff provided by Your Firm/Entity(profiles): 13

Name of Client: Clients contact person for the assignment. Address: No of Staff-Months; Duration of Assignment: Start Date (Month/Year): Completion Date Approx. Value of Services (Kshs) (Month/Year): Name of Associated Consultants. If any: No of Months of Professional Staff provided by Associated Consultants: Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed: Narrative Description of project: Description of Actual Services Provided by Your Staff: Firm s Name: Name and title of signatory; 9. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF REFERENCE AND ON DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT. On the Terms of Reference: 1. 2. 3. 4. 14

5. On the data, services and facilities to be provided by the Client: 1. 2. 3. 4. 5. 15

10 DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT 11. TEAM COMPOSITION AND TASK ASSIGNMENTS 1. Technical/Managerial Staff Name Position Task 2. Support Staff Name Position Task 16

12. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF Proposed Position: Name of Firm: Name of Staff: Profession: Date of Birth: Years with Firm: Nationality: Membership in Professional Societies: Detailed Tasks Assigned: Key Qualifications: [Give an outline of staff member s experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations]. Education: [Summarize college/university and other specialized education of staff member, giving names of schools, dates attended and degree[s] obtained.] Employment Record: [Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, titles of positions held, and locations of assignments.] 17

Certification: I, the undersigned, certify that these data correctly describe me, my qualifications, and my experience. Date: [Signature of staff member] Date; [Signature of authorised representative of the firm] Full name of staff member: Full name of authorized representative: 13. FINANCIAL PROPOSAL Notes on preparation of Financial Proposal 13.0 The Financial proposal prepared by the consultant should list the costs associated with the assignment. These costs normally cover remuneration for staff, subsistence, transportation, services and equipment, printing of documents, culture change programme trainings etc as may be applicable. The costs should be broken done to be clearly understood by the procuring entity. 13.1 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. 13.2 The financial proposal should be prepared using the Standard forms provided in this part 18

14. FINANCIAL PROPOSAL SUBMISSION FORM [Date] To: [Name and address of Client] Ladies/Gentlemen: We, the undersigned, offer to provide the consulting services for ( ) [Title of consulting services] in accordance with your Request for Proposal dated ( ) [Date] and our Proposal. Our attached Financial Proposal is for the sum of ( [Amount in words and figures] inclusive of the taxes. We remain, Yours sincerely, [Authorized Signature] [Name and Title of Signatory] [Name of Firm] [Address] 19

15. SUMMARY OF COSTS Costs Currency(ies) Amount(s) Subtotal Taxes Total Amount of Financial Proposal 16. BREAKDOWN OF PRICE PER ACTIVITY Activity No.: Description: Price Component Amount(s) Remuneration Reimbursables Miscellaneous Expenses Subtotal 20

17. BREAKDOWN OF REMUNERATION PER ACTIVITY Activity No. Name: Names Position Input(Staff months, Remuneration Amount days or hours Rate as appropriate.) Regular staff (i) (ii) Consultants Grand Total 18. REIMBURSABLES PER ACTIVITY Activity No: Name: No. Description Unit Quantity Unit Price Total Amount 1. 2 3. 4. 21

19. MISCELLANEOUS EXPENSES ActivityNo. Activity Name: No. Unit Quantity Unit Price Total Amount 1. 2. 3. 4. 22