Kenya Seed Company limited

Similar documents
KENYA MEDICAL RESEARCH INSTITUTE

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.

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

REF NO: CAK/TEND /006/

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

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

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

(A Government of India Enterprise) MSTC LIMITED

Selection of Consultants

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

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

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

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

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

REQUEST FOR PROPOSALS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF SIAYA REQUEST FOR PROPOSAL FOR

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

REQUEST FOR PROPOSALS

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

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

Kathmandu Office UNESCO Representative to Nepal

Section 5: Technical Proposal- Standard Forms

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

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

NOTICE INVITING TENDER FOR ENERGY EFFICIENT LED STREET LIGHTING

Procurement of Consulting Services' Direct Purchase

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

REQUEST FOR PROPOSAL

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

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

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

PRE- QUALIFICATION OF SUPPLIERS FOR HOME AFRIKA LIMITED

Ontario College of Trades

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

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

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

REQUEST FOR PROPOSAL Digital Archiving Project

INVITATION TO SUBMIT EXPRESSION OF INTEREST FOR THE SUPPLY OF GOODS AND PROVISION OF SERVICES

PROVISION OF SECURITY SERVICES

Request for Expression of Interest

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

Diu Smart City Limited (DSCL) REQUEST FOR PROPOSAL

PREQUALIFICATION DOCUMENT

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

TERMS OF REFERENCE SETUP AND STRUCTURING OF SHELTER AFRIQUE SOCIAL HOUSING TRUST FUND

REQUEST FOR PROPOSALS

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

CENTRAL BANK OF LESOTHO REQUEST FOR PROPOSAL

Nepal Telecom. Nepal Doorsanchar Company Limited. Terms of Reference (TOR) for Consultancy Services for Marketing of Nepal Telecom s Services

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

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

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

KWS/GIMCO/EOI/52/

REQUEST FOR PROPOSAL. Production & Supply of Promotional & Marketing Items for Maldive Gas Pvt Ltd TENDER DOCUMENT

BOMET WATER COMPANY LIMITED

Procurement No: AUC/HRST/C/70

Request for Proposals:

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

PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS

REGISTRATION OF SUPPLIERS FOR THE PROVISION OF GOODS, SERVICES AND WORKS FOR THE PERIOD ENDING 30 TH JUNE 2020

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

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

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

Request for Proposals (RFP)

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

Bangalore International Airport Limited INFORMATION DOCUMENT

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

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

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

Trust Fund Grant Agreement

REQUEST FOR PROPOSALS FOR PRODUCTION OF A VIDEO DOCUMENTARY

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

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

Consultancy to Develop the Model Guidelines for Child-Centred Emergency and Disaster Risk Management in Caribbean Schools and Adaptation Guide

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

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

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

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

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

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

Request for Proposals (RFP)

Amalgamation Study Consultant

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

Tourism Marketing Strategy

Request for Proposals (RFP)

IICA-Centre of Business Innovation REQUEST FOR PROPOSAL STUDY OF INCUBATION BY CORPORATE IN INDIA. Indian Institute of Corporate Affairs

Procurement of Services

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION

Guidelines to Consultant

KENYA ROADS BOARD FOR FINANCIAL YEARS 2018/19 TO 2020/21. TENDER No. KRB/922/2018/2019 JULY 2018

Request for Proposals (RFP) Moving office furniture from building 3A to building 22 and other CSIR store areas (in building 35 and 36)

Trust Fund Grant Agreement

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

National Farmers Union, Local North Shore Road, RR#4 Gananoque, ON

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

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

Transcription:

Kenya Seed Company limited REQUEST FOR PROPOSAL TENDER REF: KSC/RFP /SP/01/2017 CONSULTANCY SERVICE FOR DEVELOPMENT OF A STRATEGIC PLAN FOR KENYA SEED COMPANY LTD FINANCIAL YEAR 2018/19-2022/2023 TENDER CLOSING DATE:- 3 RD JULY 2017 KENYA SEED COMPANY LIMITED P.O, BOX 553 KITALE TEL. 054 31909-14, 0722 205 144 Page 1 of 36

KENYA SEED COMPANY LIMITED REQUEST FOR PROPOSALS (RFP) TENDER REF: KSC/RFP/SP/01/2017 CONSULTANCY SERVICE FOR DEVELOPMENT OF A STRATEGIC PLAN FOR KENYA SEED COMPANY LTD FINANCIAL YEAR 2018/19-2022/2023 Kenya Seed Company Limited is a State Corporation with a mandate to produce and supply top quality certified seed to the farmers. As a market leader in the East African region, the Company makes substantial contribution to agricultural growth and food self sufficiency in the region. The company has four wholly owned subsidiaries in Kenya, Uganda, Tanzania and Rwanda. Vision The preferred Supplier of Top Quality Certified Seed in Africa Mission To avail top quality certified seed competitively through focused research, development and value addition to the satisfaction of stakeholders Core values In pursuit of excellence in its entire functions and operations, the company nurtures and upholds values which are key to the attainment of organizational objectives and enhancement of the corporate image. These include teamwork, professionalism, innovation and creativity and to uphold accountability, passion for quality, efficiency and effectiveness in all its business dealings. Kenya Seed Company is seeking the services of a qualified Consultancy firm to assist with the development of a New Strategic Plan covering the period 2018/2019-2022/2023 financial year. Towards this end, you are requested to submit both Technical and financial proposals for Development of a New Strategic Plan consultancy Service for the Company. 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. Both envelopes shall be placed into one plain outer envelope, sealed and clearly marked Request for Proposal for Development of a New Strategic Plan Consultancy Service, Ref: KSC/RFP/SP/01/2017 addressed to: - The Managing Director, Kenya Seed Company Limited, P.O. Box 553, KITALE. Page 2 of 36

and deposited in the Tender Box available at the Company s Headquarters, Mbegu Plaza, Kitale, so as to reach him on or before 3 RD JULY 2017 at 11.00 am. The Technical Proposals will be opened immediately thereafter in the presence of consultants or their representatives who choose to witness the opening on the same date and time at Kenya Seed Company Head Office, Boardroom. The Company reserves the right to accept or reject any proposal. Managing Director Page 3 of 36

SECTION II INFORMATION TO CONSULTANTS (ITC) Table of Contents Page 2.1 Introduction (Clause Reference) 4 2.2 Clarification and amendment of RFP document 5 2.3 Preparation of Technical Proposal 6-7 2.4 Financial proposal 7-8 2.5 Submission, Receipt and opening of proposals 7-8 2.6 Proposal evaluation general 8 2.7 Evaluation of Technical proposal 8-9 2.8 Evaluation of financial proposal 9-10 2.9 Negotiations 10 2.10 Award of Contract 10-11 2.11 Confidentiality 11 2.12 Corrupt or fraudulent practices 11 Page 4 of 36

SECTION II: - INFORMATION TO CONSULTANTS (ITC) Clause Reference 2.1 The name of the Client is: - Kenya Seed Company Ltd 2.1.1 The method of selection is: Quality and Cost Based Selection 2.1.2 Technical and Financial Proposals are requested: The name, objectives, and description of the assignment are: As per the Terms of Reference 2.1.3 A pre-proposal conference will be held: No The name(s), address(es) and telephone numbers of the Client are: The Managing Director, Kenya Seed Company Ltd, P.O. Box 553, Kitale, Tel: 054 31909-14 2.1.4 The Client will provide the following inputs: (i) (ii) (iii) Liaison Team Relevant Documents, tools and any relevant materials, Relevant logistical arrangements. 2.1.5 The estimated number of professional staff months Required for the assignment is; to be Determined The minimum required experience of proposed professional staff is: a. Lead Consultant Minimum of Masters degree in Strategic Management, Public Administration, Organization Development, Business Administration or related field. Minimum of 10 years experience in Strategic Management and Performance Management and carrying out similar tasks especially in public sector. Demonstrated experience in the design and execution of the review and development of Strategic Plan Specific experience in the development and documentation of Strategic Plans Excellent Training and Facilitation skills b. Other Key Consultants General Education and experience in areas of Strategic, Performance Management, Institutional development, Research, HR and Finance etc Page 5 of 36

Full and detailed curricula Vitae of proposed Lead consultants and other consultants with relevant experience indicating project details, duration of engagement, tasks undertaken and achievements must be provided. 2.1.7 Taxes: VAT TO BE INDICATED SEPARATELY FROM THE PROFESSIONAL FEES 2.1.8 Consultants must submit an original and one (1) additional copies of each proposal. 2.1.9 The proposal submission address is: P.O. Box 553, Kitale. Information on the outer envelope should also include: KSC/RFP /SP/01/2017 2.1.10 Proposals must be submitted no later than the following date and time:, 3rd July 2017 at 11.00 am 2.1.11 The address to send information to the Client is: The Managing Director, Kenya Seed Company Ltd, P.O. Box 553, Kitale 2.1.12 The minimum technical score required to pass: 70 2.1.13 Formula for determining the financial scores shall be: SF= 100 x FM/F The weights given to the Technical and Financial Proposals are: T= 0.80 P=0.20 2.1.14 The assignment is expected to commence on:- immediately after signing of contract 2.2 Clarification and Amendment of RFP Documents 2.2.1 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 Kenya Seed Company s address indicated in the ITC. Kenya Seed Company will respond 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. 2.2.2 At any time before the submission of proposals, Kenya Seed Company may for any reason, whether at our own initiative or in response to a clarification requested by an invited firm, amend the RFP. Any amendment shall be issued in writing through Page 6 of 36

addenda. Addenda shall be sent by mail, to all invited consultants and will be binding on them. Kenya Seed Company may at its discretion extend the deadline for the submission of proposals. 2.3 Preparation of Technical Proposal 2.3.1 The Consultants proposal shall be written in English language 2.3.2 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. 2.3.3 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 sub-consultancy 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) 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,. Alternative professional staff shall not be proposed and only one Curriculum Vitae (CV) may be submitted for each position. 2.3.4 The Technical Proposal shall provide the following information using the attached Standard Forms; (i) (ii) (iii) 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. Page 7 of 36

(iv) (v) (vi) (vii) The list of the proposed staff team by specialty, the tasks that would be assigned to each staff team member and their timing. CVs recently signed by the proposed professional staff and the authorized representative submitting the proposal. Key information should include number of years working for the firm/entity and degree of responsibility held in various assignments during the last 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. Any additional information 2.3.5 The Technical Proposal shall not include any financial information. 2.4 Preparation of Financial Proposal 2.4.1 In preparing the Financial Proposal, 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, and; (b) reimbursable expenses such as subsistence (per diem, housing), transportation, services and equipment (vehicles, office equipment, furniture, and supplies), insurance, printing of documents, surveys. If appropriate these costs should be broken down by activity. 2.4.2 The Financial Proposal should clearly identify as a separate amount, the local taxes, fees, levies and other charges imposed under the law on the consultants, the sub-consultants and their personnel. 2.4.3 Consultants shall express the price of their services in Kenya Shillings. 2.4.4 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. 2.4.5 The Proposal must remain valid for 90 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. Kenya Seed Company will make its best effort to complete negotiations within this period. If we wish to extend the validity period of the proposals, the consultants shall agree to the extension. 2.5 Submission, Receipt, and Opening of Proposals 2.5.1 The original proposal (Technical Proposal and Financial Proposal) shall be prepared in indelible ink. It shall contain no interlineations or overwriting, except as necessary to Page 8 of 36

correct errors made by the firm itself. Any such corrections must be initialed by the persons or person authorized to sign the proposals. 2.5.2 For each proposal, the consultants shall prepare the required number of copies. Each Technical Proposal and Financial Proposal shall be marked ORIGINAL or COPY as appropriate. If there are any discrepancies between the original and the copies of the proposal, the original shall govern. 2.5.3 The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked TECHNICAL PROPOSAL, and the original and all copies of the Financial Proposal in a sealed envelope clearly marked FINANCIAL PROPOSAL. Both envelopes shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and be clearly marked with request for proposal reference number. 2.5.4 The completed Technical and Financial Proposals must be delivered at the submission address on or before the time and date stated in the Appendix ITC. Any proposal received after the closing time for submission of proposals shall be returned to the respective consultant unopened. 2.5.5 After the deadline for submission of proposals, the Technical Proposal shall be opened immediately by the opening committee. The Financial Proposal shall remain sealed and deposited with a responsible officer of the Company 2.6 Proposal Evaluation General 2.6.1 From the time the bids are opened to the time the Contract is awarded, if any consultant wishes to contact the Company on any matter related to his proposal, he should do so in writing at the address indicated. Any effort by the firm to influence the Company in the proposal evaluation, proposal comparison or Contract award decisions may result in the rejection of the consultant s proposal. 2.7 Evaluation of Technical Proposal 2.7.1 The evaluation committee appointed by the Company shall evaluate the proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria as follows: Page 9 of 36

CRITERIA POINTS i. Firms Relevant Experience for the Assignment 30 ii. Methodology and Approach 30 iii. Human Resource Capacity 40 100 2.8 Evaluation of Financial Proposal 2.8.1 The evaluation committee will determine whether the financial proposals are complete (i.e. whether the consultant has costed all the items of the corresponding Technical Proposal and correct any computational errors. The cost of any unpriced items shall be assumed to be included in other costs in the proposal. In all cases, the total price of the Financial Proposal as submitted shall prevail. 2.8.2 The formulae for determining the Financial Score (Sf) shall, be as follows:- Sf = 100 X FM / F where Sf is the financial score; Fm is the lowest priced financial proposal and F is the price of the proposal under consideration. Proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T=the weight given to the Technical Proposal: P = the weight given to the Financial Proposal; T + p = I) indicated in the Appendix. The combined technical and financial score, S, is calculated as follows:- S = St x T % + Sf x P %. The firm achieving the highest combined technical and financial score will be invited for negotiations. 2.8.3 The tender evaluation committee shall evaluate the tender within 30 days from the date of opening the tender. 2.8.4 Contract price variations shall not be allowed for contracts not exceeding one year (12 months). 2.8.5 Where contract price variation is allowed, the variation shall not exceed 15% of the original contract price after 12 months. 2.8.6 Price variation requests shall be processed by the procuring entity within 30 days of receiving the request. 2.9 Negotiations 2.9.1 Negotiations will be held at the same address as address to send information to the Client indicated in the Appendix ITC. The aim is to reach agreement on all points and sign a contract. 2.9.2 Negotiations will include a discussion of the Technical Proposal, the proposed methodology (work plan), staffing and any suggestions made by the firm to improve the Terms of Reference. Kenya Seed Company 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 Page 10 of 36

of Reference will then be incorporated in the Description of Services and form part of the Contract. 2.9.3 Unless there are exceptional reasons, the financial negotiations will not involve the remuneration rates for staff (no breakdown of fees). 2.10 Award of Contract 2.10.1The 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. 2.10.2The selected firm is expected to commence the assignment on the date and at the location specified 2.10.3 The parties to the contract shall have it signed within 30 days from the date of notification of contract award. 2.10.4 The procuring entity may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination. 2.10.5 To qualify for contract awards, the tenderer shall have the following: (a) Necessary qualifications, capability experience, services, equipment and facilities to provide what is being procured. (b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent, in receivership, bankrupt or in the process of being wound up and is not the subject of legal proceedings relating to the foregoing. (d) Shall not be debarred from participating in public procurement. 2.11 Confidentiality 2.11.1Information 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. 2.12 Corrupt or fraudulent practices 2.12.1The 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 tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices. Page 11 of 36

2.12.2 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. 2.12.3 Further a consultant who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in public procurement in Kenya. Page 12 of 36

SECTION III: - TERMS OF REFERENCE (a) The assignment, The scope for the consultancy will include the following:- Carry out an independent desktop review of relevant documents including but not limited to current and previous strategic plans, Performance contract reports, work plans, budgets and financial statements. Undertake an internal and external environmental analysis of the company in order to identify factors likely to enable or impede the company's future success. Propose a participatory and consultative approach for the company s senior management staff to generate inputs for the new Strategic Plan. Contextualize inputs in relation to the current agriculture and other Government policies/acts including Vision 2030, the Millennium Development Goals (MDGs), Medium Term Plans (MTPs), the Constitution, among others. Employ the use of a disciplined framework to develop a 5 year strategic plan that creates alignment between the vision, the mission, the strategies, strategic objectives and performance measures of the organization. Hold stakeholders sessions and prepare inputs for incorporation into the strategic plan Conduct a workshop with KSC management to develop a new five year Strategic Plan Develop an acceptable implementation and monitoring tool to ensure execution and sustainability of the Strategic Plan. Conduct validation workshop, where KSC Management and Board of Directors are expected to take ownership of the Kenya Seed Company Strategic Plan. Ensure that the Strategic plan is costed and clarity is provided on its implementation including the organizational structure, personnel, resource requirements and risk management issues. Prepare and submit 3 hard copies and soft copies of the Kenya Seed Strategic Plan for the period 2018/19 2022/23 consistent with core guiding principles. (b) Output and Deliverables i. 3 hard copies and soft copies of the Kenya Seed Strategic Plan for the period 2018/19 2022/23 consistent with core guiding principles. ii. Conduct a workshop with KSC management to develop a new five year Strategic Plan iii. Conduct validation workshop, where KSC Management and Board of Directors are expected to take ownership of the Kenya Seed Company Strategic Plan iv. An acceptable implementation and monitoring tool to ensure execution and sustainability of the Strategic Plan. Page 13 of 36

Kenya Seed Company will provide the following inputs: 1) Liaison team, 2) Relevant Documents, tools and any relevant materials, 3) Relevant logistical arrangements. Page 14 of 36

SECTION IV: - TECHNICAL PROPOSAL Notes on the preparation of the Technical Proposals 3.1 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. 3.2 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. 3.3 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. Page 15 of 36

SECTION IV - TECHNICAL PROPOSAL Table of Contents 1. Technical proposal submission form 15 2. Firms references 16 3. Comments and suggestions of consultants on the 17 Terms of reference and on data, services and Facilities to be provided by the procuring entity 4. Description of the methodology and work plan 18 for performing the assignment 5. Team composition and Task assignments 19 Page 6. Format of curriculum vitae (CV) for proposed 20-21 Professional staff 7. Time schedule for professional personnel 22 8. Activity (work schedule) 23-24 Page 16 of 36

EVALUATION RESPONSE FORM CRITERIA PHASE ONE PRELIMINARY EXAMINATION 1 Mandatory/ Statutory Requirements i. Copy of Certificate of Incorporation / Registration ii. Copy of PIN Certificate iii. Valid Tax Compliance Certificate Issued by Kenya Revenue Authority (KRA) iv. Tender Form duly completed Signed and Stamped by the Tenderer in the format provided. v. Duly completed and signed Confidential Business Questionnaire in the format provided. Only firms meeting the mandatory criteria will be advanced to phase II Page 17 of 36 Failure to have all the documents shall lead to rejection of the Bid PHASE TWO TECHNICAL EVALUATION Maximum Points Score 1 Firms Relevant Experience for the Assignment a Experience in Similar Assignments conducted in public and 20 private sector ( 10 references @ 2mks) b Knowledge and experience in Vision 2030, Medium Term Plan 5 [MTP] c Knowledge on public sector reform and the institutionalization 5 of Result Based management (RBM), especially performance contracting. Sub Total 30 2 Methodology and Approach a Understanding the ToR 5 Conformity to the ToR Consultant s initiatives and comments on the TOR b Appropriateness of Methodology and work plan 15 Completeness of description of methodology Effectiveness of the work plan and the time frames c Project scheduling, manning, allocation of proposed staff and 5 final report outline d Are the activities proposed appropriate, practical and consistent 5 with the objectives and expected results Sub Total 30 3 Human Resource Capacity a Lead consultant s General education background, professional qualifications, training, length of experience both local and international, and duration with the firm as follows: Minimum of Masters degree in Strategic Management, Public 10 Administration, Organization Development, Business Administration or related field Minimum of 10 years experience in Strategic Management and Performance Management and carrying out similar tasks 10

especially in public sector. Confirmation of availability throughout duration of the 5 assignment b Other professional staff: Education, experience, positions held and duration with the firm. General Education and experience in areas of Strategic, 10 Performance Management, Institutional development, Research, HR and Finance etc Proof of availability of the whole team throughout the duration 5 of assignment Sub Total 40 GRAND 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. The minimum technical score for the technical evaluation shall be 70 marks and bidders who shall not have attained this mark shall not proceed to the next stage of the evaluation process Page 18 of 36

3A. TECHNICAL PROPOSAL SUBMISSION FORM To: [Name and address of Client) Ladies/Gentlemen: [ Date] 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. 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:] Page 19 of 36

3B. FIRM S REFERENCES 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) 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; Page 20 of 36

3C. 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. 5. On the data, services and facilities to be provided by the Client: 1. 2. 3. 4. 5. Page 21 of 36

3D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT Page 22 of 36

3E. TEAM COMPOSITION AND TASK ASSIGNMENTS 1. Professional staff/management Name Position Task 2. Support Staff Name Position Task Page 23 of 36

3F. 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.] Page 24 of 36

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.] 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: Page 25 of 36

3G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL Months (in the Form of a Bar Chart) Name Position Reports Due/ Number of months Activities 1 2 Reports Due: Activities Duration: Signature: (Authorized representative) Full Name: Title: Address: Page 26 of 36

8. ACTIVITY (WORK) SCHEDULE (a). Field Investigation and Study Items [1 st,2 nd,etc, are months from the start of assignment) 1 st 2 nd Activity (Work) Page 27 of 36

(b). Completion and Submission of Reports Reports Date 1. Inception Report 4. Interim Progress Report (a) First Status Report (b) Second Status Report 3. Draft Report 4. Final Report Page 28 of 36

SECTION V: - FINANCIAL PROPOSAL Notes on preparation of Financial Proposal 4.1 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, surveys etc as may be applicable. The costs should be broken down to be clearly understood by the procuring entity. 4.2 The financial proposal shall be in Kenya Shillings or any other currency allowed in the request for proposal and shall take into account the tax liability and cost of insurances specified in the request for proposal. 4.3 The financial proposal should be prepared using the Standard forms provided in this part Page 29 of 36

SECTION V - FINANCIAL PROPOSAL STANDARD FORMS Table of Contents Page 1. Financial proposal submission Form 26 2. Summary of costs 27 3. Breakdown of price/per activity 28 4. Breakdown of remuneration per activity 29 5. Reimbursables per activity 30 6. Miscellaneous expenses 31 Page 30 of 36

1. 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] Page 31 of 36

2. SUMMARY OF COSTS Costs Currency(ies) Amount(s) Subtotal Taxes Total Amount of Financial Proposal Page 32 of 36

3. BREAKDOWN OF PRICE PER ACTIVITY Activity NO.: Description: Price Component Amount(s) Remuneration Reimbursables Miscellaneous Expenses Subtotal Page 33 of 36

4. BREAKDOWN OF REMUNERATION PER ACTIVITY Activity No. Name: Names Position Input Remuneration Amount Rate Regular staff (i) (ii) Consultants Grand Total Page 34 of 36

5. REIMBURSABLES PER ACTIVITY Activity No: Name: No. Description Unit Quantity Unit Price Total Amount 1. Air travel Trip 2 Road travel Kms 3. Rail travel Kms 4. Subsistence Allowance Day Grand Total Page 35 of 36

6. MISCELLANEOUS EXPENSES Activity No. Activity Name: No. Description Unit Quantity Unit Price Total Amount 1. Communication costs (telephone, telegram, telex) 2. Drafting, reproduction of reports 3. Equipment: computers etc. 4. Software Grand Total Page 36 of 36