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

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

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

REPUBLIC OF KENYA COUNTY GOVERNMENT OF SIAYA REQUEST FOR PROPOSAL FOR

Kenya Seed Company limited

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

KENYA MEDICAL RESEARCH INSTITUTE

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)

Selection of Consultants

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

Ontario College of Trades

Procurement of Consulting Services' Direct Purchase

REQUEST FOR PROPOSALS FOR PRODUCTION OF A VIDEO DOCUMENTARY

(A Government of India Enterprise) MSTC LIMITED

Kathmandu Office UNESCO Representative to Nepal

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

EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI-0059

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

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

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

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

PREQUALIFICATION DOCUMENT

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

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

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

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

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

REPUBLIC OF KENYA MINISTRY OF INDUSTRIALIZATION AND ENTERPRISE DEVELOPMENT

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

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

PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

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

Request for Proposal PROFESSIONAL AUDIT SERVICES

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

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

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSALS

Disadvantaged Business Enterprise Supportive Services Program

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

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

NOTICE INVITING TENDERS FOR

Tourism Marketing Strategy

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

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

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

Request for Proposal Date: 22 nd June 2011

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

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

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

Request for Proposal/Quotation for the. Emergency Medical Services Administrators Association of California

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

General Terms and Conditions

Amalgamation Study Consultant

REQUEST FOR PROPOSALS RFP# CAFTB

REQUEST FOR PROPOSAL

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

Request for Proposals (RFP)

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

BOMET WATER COMPANY LIMITED

ACI AIRPORT SERVICE QUALITY (ASQ) SURVEY SERVICES

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

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Local Government Management Association of BC

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

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

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

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

PRE- QUALIFICATION OF SUPPLIERS FOR HOME AFRIKA LIMITED

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Request for Proposals (RFP)

REQUEST FOR PROPOSALS 11 th August, A Strategy for the Atlantic Canadian Aerospace and Defence Sector for a Long-term Development Plan

REQUEST FOR PROPOSALS. Annual Audit and Tax Preparation

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

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

The International Centre Goa Dr. E Borges Road, Dona Paula Goa Tel: Website:

REQUEST FOR PROPOSALS

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

ONTARIO COLLEGE OF TRADES

INSTRUCTION TO BIDDERS

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

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

1. BACKGROUND

Diu Smart City Limited (DSCL) REQUEST FOR PROPOSAL

PROVISION OF SECURITY SERVICES

Request for Proposals (RFP) The provision of transport law specialist services for subsidised public transport contracts for the CSIR

REQUEST FOR PROPOSALS

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

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 49 EFFECTIVE DATE: JULY 1, 2018 REVISION #4: JULY 1, 2018

REF NO: CAK/TEND /006/

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

Request for Proposal # Housing Services Corporation. Web and Graphic Design Services. Housing Services Corporation

REQUEST FOR PROPOSALS

MARKET OPPORTUNITY ANALYSIS FOR THE OCEAN TECHNOLOGY SECTOR IN NEWFOUNDLAND AND LABRADOR

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

Transcription:

EPC/PRO/RFP/003/2013-2014 REQUEST FOR PROPOSALS FOR THE EVENT ORGANIZER FOR THE 2014 NATIONAL EXPORTER S FORUM SEPTEMBER, 2014 1

Table of Contents SECTION I: LETTER OF INVITATION... 4 SECTION II: INFORMATION TO CANDIDATES... 5 2.1 Introduction... 5 2.2 Clarification and amendment to the RFP documents... 5 2.3 Preparation of Proposals... 6 2.4 Financial Quotation... 6 2.5 Submission, Receipt and Opening of Quotations... 7 2.6 Evaluation of the Proposals... 8 2.8 Opening and Evaluation of Financial Quotations... 8 2.9 Negotiations... 9 2.10 Award of Contract... 10 2.11 Confidentiality... 10 General... 11 SPECIFIC TO THIS ASSIGNMENT... 11 SECTION IV: TECHNICAL PROPOSAL(TP)... 17 SECTION V: FINANCIAL QUOTATION (FQ)... 18 2

INTRODUCTION 1. This Standard Request for Proposals (RFP) has been prepared for use by public entities in Kenya. It has been found necessary for selection of Consultancy and Service Provision for small assignments as required by the Standard Request for Proposals Regulations. 2. This Standard Request for Proposals Consultancy and Service Provision 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 I: LETTER OF INVITATION Ref.: EPC/PRO/RFP/003/2013-2014 22 September, 2014 The Managing Director NAIROBI. Dear Sir/Madam, RE:REQUEST FOR PROPOSALS FOR THE EVENT ORGANIZER FOR THE 2014 NATIONAL EXPORTER S FORUM: EPC/PRO/RFP/003/2013-2014 The Export Promotion Council (EPC) invites proposals for engaging a firm to undertake the Services of an Event Organizer for the National Exporters Forum. More details of the required services are provided in the attached Request for Proposal. 1.1 The Request for Proposal (RFP) includes the following documents: Section I - Letter of Invitation Section II - Information to Candidates Section III - Terms of Reference Section IV - Technical Proposal Section V - Financial Quotation Section VI - Standard Contract Form (where applicable) 1.2 On receipt of this RFP (National Exporters Forum) please prepare a proposal as required and return before the date and time indicated in the document. Attached are the details to guide your proposal. Yours faithfully, Ruth Mwaniki Chief Executive Officer 4

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 quotation for services required for the assignment stated in the advertisement. 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 RFQ (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 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. 5

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 amend 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 Proposals 2.3.1 The individual 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) (b) (c) 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. 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. The curriculum vitae (CV) of the leader of the assignment must be submitted with the quotation. 2.3.4 The technical proposal shall provide the following information: (a) (b) (c) (d) (e) The relevant staff listing and a brief of any recent experience of assignment of a similar nature. Any comments or suggestions on the Terms of Reference and a list of service and facilities requested to be provided by the procuring entity. A description of the methodology and work plan for performing the proposed assignment. Any additional information requested in the special conditions of contract. Time frame in number of days expected to successfully complete the assignment. 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. 6

2.4.3 The fees shall be expressed in Kenya Shillings. 2.4.4 The financial quotation must remain valid for 30 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 initialled 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 PM. 15th October 2014. The completed technical proposal and financial quotation must be delivered in plain sealed envelopes clearly marked REQUEST FOR PROPOSALS FOR A DOCUMENTARY REF NO: EPC/PRO/RFP/003/2013-2014.The PROPOSAL should be addressed and delivered to: The Chief Executive Export Promotion Council 16 th Floor, Anniversary Towers, University Way P.O. Box 40247-00100 NAIROBI so as to be received on or before 12.00PM. 15th October 2014. 7

2.5.4 Any proposal received later than the closing date and time for submission of proposals shall be rejected and returned to the candidate unopened. For this purpose the inner envelope containing the technical proposals and financial quotation will bear the address of the candidate submitting the proposals. 2.5.5 After the deadline for submission of proposals the outer envelope and the technical proposals shall be opened immediately by the opening committee. The financial quotations shall be marked with the candidate s 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 Proposals 2.6.1 From the time the proposals 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 s 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 the quotations shall carry out the evaluation of technical proposals based on the TORS provided. 2.7.2 Any proposal which will be examined and found not to comply with all the requirements for submission of the proposals will be declared non responsive. All the proposals found to have complied with all the requirements for submission of proposals shall be declared responsive by the evaluation committee. 2.7.3 Each responsive proposal 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 Quotations 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 RFP (C&SP) and terms of reference. The notification will indicate that their financial quotation 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. 8

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 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 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 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 9

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. 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 the 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 proposals and recommendations of contract award shall not be disclosed to the candidates who submitted the proposals 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. 10

SECTION III: TERMS OF REFERENCE FOR THE EVENT ORGANIZER FOR THE 2014 NATIONAL EXPORTER S FORUM General 1. These specifications describe the basic requirements quoting entities are requested to submit with their offers i.e. the detailed specifications for the product 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 quoting entity must meet the following requirements: (i) Give a list of at least FIVE reputable clients contact addresses (ii) Provide a company profile including credentials of the qualified and competent auditors. (iii) Must also submit copies of the following documents: (a) PIN Certificate (b) Tax Compliance Certificate (c) Certificate of Registration/Incorporation (d) ETR Compliance Certificate 4. The quoting entities are requested to present information along with their offers their expected time for setup and testing of the solution. SPECIFIC TO THIS ASSIGNMENT 1. INTRODUCTION AND BACKGROUND The Export Promotion Council (EPC) a Government organization whose mandate is to develop and promote Kenya s exports worldwide. EPC executes its functions through various activities intended to address bottlenecks faced by exporters. One key activity is the Annual Exporters Forum, this is a National Event which brings together hundreds of exporters from across the country and drawn from multiple sectors, it is usually a high profile manifestation that is often graced by Kenya s Head of State. 2. Objective The National Exporters Forum provides an essential platform for discussing pertinent issues affecting the export sector and recommends policy and strategic direction through consensus. The Forum brings together government departments, trade support institutions, exporters, development partners and export trade experts, to deliberate on issues that contribute to the acceleration of the sector s performance. 11

3. Purpose The Purpose of the Exporters Forum is to facilitate interaction among the export sector stakeholders to generate policy and strategic options for export development.. The Council is thus seeking for a Professional Event Organizer to work closely with an inhouse technical team to prepare for as well as manage the National Event. 4. SCOPE OF THE WORK a. General The event Organizer will be expected to Organize and manage the activities leading and up to the Exporters Forum. b. Specific activities The work of the Event Organizer will entail the following: I. Invitation of Participants/Exporters a. Develop a master mailing list of invitees by among others Cleaning up and consolidating the various lists of Companies/participants available at Export Promotion Council(EPC); b. In collaboration with EPC, develop a criteria of the type of people to be invited e.g. they should be exporters related, should have some supply capacity and should be engaged in value addition and or; new product development etc. c. Invite companies trading in goods and services d. Ensure that confirmations are done for all invitees e. Ensure a threshold of 500 exporters/participants is achieved f. Invite all Governors and their Cabinet secretaries in charge of Trade and Investment at County Level; g. Invite Collaborating Partners such as the academia, research institutions h. Invite the Trade Officers, the Industrial Development Officers and the Cooperatives Officers in all the Counties i. Send invitations to commodity boards and sector associations e.g. Coffee Board of Kenya, Tea Board of Kenya, KEPSA, FPEAK, HCDA, Flower Council of Kenya, etc. j. Give a target number of invitees for each commodity board and sector association 12

k. Invite the commodity boards and sector associations for the Briefing Meetings at EPC l. Ensure the letters of invitation have clearly indicated the appropriate names and titles including the Head of State who may be expected to be the Chief Guest m. Develop an E-Card for inviting exporters/participants through emails n. Keep a register of confirmations II. Invitation of Guest of Honour, Guest Speakers, Presenters, Rapporteurs and harmonization of presentations a. In collaboration with EPC, schedule a meeting with P.S/Secretary of the Cabinet and Head of Public Service through the P.S Ministry of Trade to brief him on the event and secure the President s Diary/ or Confirm the date. b. Contact the Guest Speakers, Presenters and Rapporteurs to secure their diaries c. In collaboration with EPC ensure continuous liaison with State Protocol on various issues including V.I.P guest list, management of High Table, sitting arrangement, identification and admission policy etc. d. In Collaboration with EPC identify presentation topics in line with the theme and negotiate payment terms with the presenters e. Coordinate their travel, local movement and accommodation arrangement f. In collaboration with EPC, guide the presenters on the topics of presentation and follow up for actual presentations III. Coordination of Mini Exhibition a. In collaboration with EPC develop a list of targeted exhibitors in both goods and services b. Invite exhibitors who are exporters, with supply capacity, are engaged in value addition and new product development c. Work with potential exhibitors with relevant marketing materials (business cards, banners, etc) in matters of branding including ability to do proper displays d. Confirm the participation of all exhibitors to avoid disappointment e. In collaboration with EPC arrange at least two (2) briefing meetings with exhibitors f. Initiate procurement of all the relevant services e.g. Booth Construction, video coverage etc 13

IV. Resource Mobilization a. Develop a value proposition and outline the various levels of sponsorship b. Target to raise sponsorship of up to Kenya Shillings six million Seven Hundred and five Thousand(Kshs. 6.7M) c. Send out letters to potential sponsors d. Organize for contact meetings with the potential sponsors e. Do follow ups after the initial contact meetings V. Coordinate other related activities (Purchase various items e.g gifts, pen, visitors book, staff uniform, preparation of info-packs, etc) a. Identify and list all the purchases required in terms of gifts, bags, pen, visitors book, staff uniform, etc b. Ensure purchases are within the allocated budget c. Preparation of information packs (Programmes, Roadmaps, EPC Brochures) d. Coordination of venue preparation (seating arrangements, banner set up, décor, table and seats, pattern) e. Coordination of ushers f. Coordination of catering with venue and if necessary, the President s Protocol (Quality, Quantity, procurement) g. Coordination of registration desk, badges, flow and movement of guests h. Hold a pre-event meeting at the Event Venue i. Coordinate with Master of Ceremony VI. Collaborate with EPC in the development of Speeches and Newspaper supplement materials a. Ensure procurement of Newspaper space is initiated b. Ensure the material for the Newspaper supplement is developed and availed c. Ensure all export/import statistics are updated and availed d. Ensure information on the current status of the Kenya s economy is availed e. Ensure all relevant speeches for the Newspaper supplement are developed and availed. This include: Introductory Remarks by EPC Chief Executive, Keynote 14

Address by the Principal Secretary-Department of Commerce, and Keynote Address by the Chief Guest f. Inform and invite the press 5. LOGISTICS AND TIMING The Exporters Forum forms the gist of the consultancy. The Event Organizer is expected to have a fund of knowledge in event management and means to deliver goals that feed into the eventual event as scheduled. a. Location The Forum will be held at the Kenyatta International Convention Centre 6. LEVEL OF EFFORTS AND QUALIFICATIONS The Event Organizer is expected to have a fund of knowledge in event management and means to deliver goals that feed into the eventual event a. Professional Requirements An event management company or reputable Event Organizer of long standing with good understanding of Global business dynamics; At least 5 years relevant professional event management and Public Relations experience and proven track record on both high profile international V.I.P and domestic event management Clear understanding of the business event management experience in working in a multicultural context; Must have an in-depth understanding of export businesses and ; Report writing in English Skills ; b. Qualification Requirements Should submit the following documents along with signed and sealed Letter of Request to Tender: Detailed company profile, List of verifiable previous experiences of V.I.P Event Management within the last three years, Copies of registration certificates and business licenses, Audited Financial Statement for the past three years 7. REPORTS AND DELIVERABLES The Event Organiser will report to the Chief Executive Officer and alternately to the Exporters Forum Organizing Committee 15

a. Reporting Format a. The Event Organizer will be expected to hold weekly meetings with the EPC Internal Preparatory Committee to give a status update of the preparations as well as address issues any other issues that may have a negative impact on the successful implementation of the event. b. compile a final report on the event at the end of the activity. 8. Final Outcome The Event Organizer is to ensure the final outcome in terms of good attendance and information generated for policy and strategic direction. 16

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) Submission Letter (b) Comments and suggestions of the consultant on the terms of reference,personnel,facility and other requiremeents to be provided by the procuring entity (c) Description of the methodology and work plan for performing the assignment (d) The proposed key staff for the assignment (e) Compliance with section III sub-sections 3 and 4 above 17

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 reimbursable costs/expenses per activity (d) Breakdown of fees per activity (e) Miscellaneous expense. (To be prepared by the candidate as appropriate and should be consolidated with the quotation) Applications should be addressed to(as in appendix II): 18

APPENDIX I: 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 Section III, Terms of Reference and Scope of Service, which is made an integral part of this Contract. (ii) (iii) The Consultant shall provide the personnel listed Personnel and Expert Profile, to perform the Services. The Consultant shall submit to the Client, the Reports in the form and within the time periods Specified in 3.7.0, Reports and Deliverables 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. 19

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: Kshs. upon signing the contract and delivery of the inception report. Kshs. Upon the Client s receipt of the Draft report, acceptable to the Client; and its successful validation through a stakeholders Forum; Kshs. Upon the Client s receipt of the final report, acceptable to the Client. In Total; Kshs. 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 [Mr. Peter Ochieng, Manager Research and Planning] 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. 20

B. Reports The progress reports shall be submitted in the course of the assignment and will constitute the basis for the payments to be made under paragraph 3 (B). 5. Performance: The Consultant undertakes to perform the Services with the Standards 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 Material Any material, graphic, material software or otherwise prepared by the Consultant for the Client under the Contract shall belong to and remain the 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 and after its termination the Consultant and any Not to be entity affiliated with the Consultant shall be disqualified Engaged from providing goods, works or services (other than the in certain Services and any Continuation thereof) for any project resulting from Activities or 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 sub-contract any portion of it without the Client s prior written consent. 11. Law The Contract shall be governed by the laws of Kenya and the Governing language of the Contract shall be English language Contract and 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 21

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 Full name Full name Title Title Signature Signature Date Date 22

APPENDIX II: PROCURING ENTITY CONTACT ADDRESS The Chief Executive Officer Export Promotion Council Anniversary Towers, 16th Floor, University Way P.O Box 40247, 00100 NAIROBI Email: chiefexe@epc.or.ke 23