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

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

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

Kenya Seed Company limited

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

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

Selection of Consultants

KENYA MEDICAL RESEARCH INSTITUTE

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

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

Ontario College of Trades

Procurement of Consulting Services' Direct Purchase

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

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

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

Kathmandu Office UNESCO Representative to Nepal

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

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

PREQUALIFICATION DOCUMENT

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

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

(A Government of India Enterprise) MSTC LIMITED

PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS

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

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

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

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

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

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

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

PROVISION OF SECURITY SERVICES

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

REPUBLIC OF KENYA MINISTRY OF INDUSTRIALIZATION AND ENTERPRISE DEVELOPMENT

Amalgamation Study Consultant

Establishment of Computer Labs in Government Girl s Institutions of Islamabad Capital Territory Phase 2

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

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSAL (RFP)

REF NO: CAK/TEND /006/

PRE- QUALIFICATION OF SUPPLIERS FOR HOME AFRIKA LIMITED

City of Malibu Request for Proposal

REQUEST FOR PROPOSAL (RFP)

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

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSALS RFP# CAFTB

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

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

Diu Smart City Limited (DSCL) REQUEST FOR PROPOSAL

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

Disadvantaged Business Enterprise Supportive Services Program

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

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

SUPERIOR COURT OF CALIFORNIA, SANTA BARBARA COUNTY REGARDING:

Request for Expression of Interest

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

Digital Copier Equipment and Service Program

Request for Proposal Date: 22 nd June 2011

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

Tourism Marketing Strategy

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

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

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Trust Fund Grant Agreement

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

New England Telehealth Consortium

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

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

Request for Proposal PROFESSIONAL AUDIT SERVICES

Appendix 3 to AO/1-7094/12/NL/CO Page 1

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

Trust Fund Grant Agreement

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

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

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

REQUEST FOR PROPOSALS RFP No IBM Software Subscription and Support Renewal

Procurement Processes Policy

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

REQUEST FOR PROPOSALS RFP No IBM Software Subscription and Support Renewal

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

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

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

REQUEST FOR PROPOSAL FOR Network Penetration and Vulnerability Testing

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance

REQUEST FOR PROPOSALS

ONTARIO COLLEGE OF TRADES

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

REQUEST FOR PROPOSALS

TOWNSHIP OF LAKE OF BAYS R.F.P REQUEST FOR PROPOSAL

Request for Proposals and Specifications for a Community Solar Project

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

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

REQUEST FOR PROPOSAL

BOMET WATER COMPANY LIMITED

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

Request for Proposal Hydraulic Rescue Tools. Date Issued: September 28 th, 2016

Transcription:

COUNTY GOVERNMENT OF BUNGOMA REQUEST FOR OFFICE OF THE COUNTY SECRETARY& HEAD OF PUBLIC SERVICE TENDER NO BGM/CNTY/CS/RFP/80/2017/2018 REQUEST FOR PROPOSAL FOR CONSULTANCY SERVICE TO ESTABLISH A COUNTY FLEET MANAGEMENT SYSTEM CLOSING DATE: 11 th JANUARY, 2018 Time: AT 10.00 A.M

TABLE OF CONTENTS Page SECTION I - LETTER OF INVITATION... 3 SECTION II - INSTRUCTIONS TO CANDIDATES... 4 SECTION II - INFORMATION TO CANDIDATES... 5 SECTION III - TERMS OF REFERENCE (TOR)... 11 SECTION IV - TECHNICAL (TP)... 17 SECTION V- FINANCIAL PROPOSAL (FP)... 18 SECTION VI - STANDARD FORMS... 19 2

SECTION I - LETTER OF INVITATION CONSULTANCY SERVICES TO ESTABLISH COUNTY FLEET MANAGEMENT SYSTEM Dear Sir/Madam, Bungoma County Government intends to hire the services of consultant(s) to establish county fleet management system by the county government. The main purpose of this system is to have a database that facilitates the ease of management and control of County vehicles and other automobiles. Objectives of the consultancy Services Enhance efficiency and effectiveness of fleet Management through the use of Business Intelligence tools; Reduce fuel and maintenance costs; Enhance driver and passenger safety; optimize the usage of Vehicle Insurance Covers. Assist in meeting the needs of government legislation and security for mobile employees. Reduce the risk of vehicle loss and recovery time in case a vehicle is stolen. More details of the services are provided in the terms of reference herein. On receipt of this please prepare your documents as required and return before the date and time indicated in the document. A complete set of tender documents shall be obtained by interested candidates by downloading free of charge from the GoK Tenders (http://supplier.treasury.go.ke/site/tenders.go/index.php/public/entities) Tender documents clearly marked FINANCIAL and TECHNICAL sealed in separate envelopes and wrapped in one large envelope with clearly marked tender reference name and number should be deposited in tender box located at H.E the Governor s office on or before Thursday 11 th JANUARY, 2018 at 10.00A.M Yours sincerely, MURUMBA CHIULI COUNTY SECRETARY& HEAD OF PUBLIC SERVICE 3

SECTION II - INSTRUCTIONS TO CANDIDATES Table of Contents 2.1 Introduction.. 5 Page 2.2 Clarification and amendments to the documents... 5 2.3 Award of Contract 10 2.4 Confidentiality 10 4

SECTION II - INFORMATION TO CANDIDATES 2.1 Introduction 2.1.1 The County Government of Bungoma will select a candidate among those prequalified and 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 and a financial for consulting services required for the assignment stated in the letter of invitation (Section I) 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 only may be invited and submitted by the candidate. In such a case the highest ranked candidate in the technical shall be invited to negotiate a contract on the basis of the set scale of fees. The technical 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 liase with the procuring entity regarding any information that they may require before submitting a proposal. 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 for 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 proposals 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 documents 2.2.1 Candidates may request clarification of any of the documents not later than Seven (7) days before the deadline for the submission of the s. 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. 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. 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 proposals. 2.3 Preparation of proposals 2.3.1 The individual consultant s shall be written in English language. 5

2.3.2 In preparing the Technical, the candidates are expected to examine the documents consisting the in detail. Material deficiencies in providing the information requested may result in rejection of. 2.3.3 While preparing the Technical proposal, the candidate must give particular attention to the following: (a) If candidate considers that it does not have all the expertise required for the assignment it may suggest in the s 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 proposals for the assignment. Any candidate in contravention of this requirement shall automatically be disqualified. (b) For all the staff who will be involved in the assignment a candidate must indicate their responsibility in the assignment and also the staff time as necessary. (c) The curriculum vitae (CV) of the staff proposed must be submitted with the proposal 2.3.4 The Technical shall provide the following information; (a) (b) (c) (d) The individual consultants CV and a brief of any recent experience of assignment of a similar nature. For each assignment the brief should indicate the profiles of staff involved, contract amount and the individual consultant s involvement. 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. 2.3.5 The Technical proposal shall be separate from the financial proposal and shall not include any financial information. 2.4 Financial Proposal 2.4.1 In preparing the financial proposal, the candidate is expected to take into account the time required in completing the assignment as outlined in the RFP. The financial proposal will therefore be quoted in fees per day or month. The financial proposal 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 proposal should include the payable taxes. 2.4.3 The fees shall be expressed in Kenya Shillings. 2.4.4 The Financial proposal 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 proposal, the candidates who do not agree, have the right not to extend the validity of their proposals. 2.4.5 The financial proposal must comply with the law governing the profession of the candidate. 6

2.5 Submission, Receipt and opening of proposals 2.5.1The technical and the financial proposal (if required) shall be prepared in indelible ink. It shall contain no interlineations or overwriting, except as necessary to correct errors made by the candidates. Any such corrections must be initialed by the candidate. 2.5.2 For each proposal the candidates shall prepare the proposals in the number of copies indicated in the special conditions of contract. Each Technical 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 duly marked FINANCIAL PROPOSAL. 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 (Thursday 11 th JANUARY 2018 10.00A.M) 2.5.4 The completed Technical and Financial proposals must be delivered at the submission address on or before the time and date of the submission of the proposals indicated in the appendix to the instructions to candidates. Any proposals received later than the closing date for submission of proposals shall be rejected and returned to the candidate unopened. For this purpose the inner envelope containing the technical and financial proposals 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 proposals shall be marked with the candidates number allocated at the time of opening the outer envelope and the technical s 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 (General) 2.6.1 From the time the proposals are opened to the time of the contract award, if any candidate wishes to contact the procuring entity on any matter relating to the proposal should do so in writing at the address indicated in the appendix to the instructions to candidates. Any effort by a candidate to influence the procuring entity s staff in the evaluation of proposal companion s or awards of contract may result in the rejection of the candidate proposal. 2.6.2 The Technical evaluation committee shall have no access to the financial proposal, which in any case will remain sealed, until the technical evaluation is concluded or finalized. 2.7 Evaluation of Technical Proposal 2.7.1 The evaluation committee appointed by the procuring entity to evaluate the proposals shall carry out the evaluation of technical s following the criteria set out in the terms of reference based on the following points criteria CRITERIA POINTS (i) Qualifications of Proposed staff 20-30 7

(ii) (iii) Specific experience of the proposed staff related to the assignment 10-30 Adequacy of methodology and work plan in response to the Terms of reference 10-40 Total points 100 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 proposal shall be declared responsive by the evaluation committee 2.7.3 Each responsive proposal will be given a technical score (ST). any technical 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 proposal 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 Proposal 2.8.1After completion of the evaluation of Technical s the procuring entity shall notify the candidates whose 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 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 proposals. They will also be invited to attend the opening ceremony if they wish to do so. 2.8.2 The financial proposals 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 proposal. 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 proposal under consideration. The lowest fees quoted will be allocated the maximum score of 100 2.8.4 The candidates proposals will be ranked according to their combined technical score (st) and financial score (sf) using the weights indicated in the appendix to the candidates. 8

Unless otherwise stated in the appendix to 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 and P is the weight given to the financial proposal 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 agreements on all points regarding the assignment and sign a contract. 2.9.2 The negotiations will include a discussion on the technical s, the proposed methodology and work plan, staff and any suggestions made by the candidate to improve the Terms of reference. The agreed work plan and Terms of reference will be incorporated in the description of the service or assignment and form part of the contract. 2.9.3 The negotiations will be concluded with a review of the draft contract. If negotiations fail, the procuring entity will invite the candidate whose 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 proposals of the candidates who did not pass technical evaluation. 2.10.2 The selected candidate is expected to commence the assignment on the date indicated in the appendix to the instructions to tenderers or any other date agreed with the procuring entity at the time of the contract award. Both parties will sign the contract. 2.11 Confidentiality 2.11.1Information relating to evaluation of proposals and recommendations of contract award shall not be disclosed to the candidates who submitted the proposal 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. 9

SECTION III TERMS OF REFERENCE FOR: OBJECTIVES The main purpose of this system is to have a database that facilitates the ease of management and control of County vehicles and other automobiles. SPECIFIC OBJECTIVES Enhance efficiency and effectiveness of fleet Management through the use of Business Intelligence tools; Reduce fuel and maintenance costs; Enhance driver and passenger safety; optimize the usage of Vehicle Insurance Covers. Assist in meeting the needs of government legislation and security for mobile employees. Reduce the risk of vehicle loss and recovery time in case a vehicle is stolen. SCOPE OF CONTRACT The contract is for Provision of Vehicle Tracking Services as per specifications for all County Government Vehicles for a period of 5 years (5) renewed at the County Governments discretion. The proposed system should enable visibility (tracking) of all County Government vehicles at the agreed rate price for a period of five (5) years. TECHNICAL SPECIFICATIONS A) FUNCTIONAL REQUIREMENTS: The successful bidder shall be required to provide tracking services for all County Government vehicles. The e-county Fleet Management System should provide the following:- (a) Obtain actual vehicle location (b) Set and establish maximum speed for the vehicle (c) Monitor, start and stop vehicle (engine-immobilizer) (d) Set and establish the vehicles area of operation (e) Obtain daily mileage report (f) Provide the vehicle speed reports (g) Receive and record over-speeding alerts (h) Generate reports on number of each vehicle trips, stops, mileage etc. (i) Provide user name and password to login to the system (j) Access real time reports on mobile phone, laptops, tablets etc. (k) Create different user accounts with different access rights and privileges (l) View different vehicle tracking maps (m) Browser support for IE, Mozilla, Firefox and others (n) Integration with other existing and future County Applications 10

B) NON-FUNCTIONAL REQUIREMENTS 24 X 7 availability; Secure Access control; Error correction: Ensure users can correct errors with minimal problems. For examples if source or destinations have been slightly mis-stated, then correction should be easy; Double confirmation from users before booking/altering or cancelling vehicle. Latest GPS/GPRS/GSM technology. The System should be available in English language; should be easily accessible from Web browsers; Contextual error-correction; Browser testing and support for IE, Mozilla, Firefox and others; Integration with other existing and future County Applications C) BIDDER S RESPONSE Bidders must response to each technical requirement indicating the proposed system. The following format should be used. S/No Technical Specification Bidders Response 1. Obtain actual vehicle location 2. Set and establish maximum speed for the vehicle 3. Monitor, start and stop vehicle(engine immobilizer) 4. Set and establish the vehicles area of operation 5. Obtain daily mileage report 6. Provide the vehicle speed reports 7. Receive and record over-speeding alerts 8. Generate reports on number of each vehicle trips, stops, mileage etc. 9. Provide username and password to login to the system 10. Access real time reports on mobile phone, laptops, tablets etc. 11. Create different user accounts with different access rights and privileges 12. View different vehicle tracking maps 13. Latest GPS/GPRS/GSM technology 14. Browser support for IE, Mozilla, Firefox and others; 15. Integration with other existing and future County Applications 16. 24/7 support service 11

NOTES: a) The Bidder must include supply, delivery and installation costs for all devices including any special feature computers & related software, Annual Maintenance and Support Services. b) The successful Bidder shall be required to train all relevant staff on usage of the system immediately after installation i) The Bidder or their sub-contractor must have an up-to-date certificate of compliance from Communications Authority of Kenya. ii) Submissions of bids-the Bidder must submit a one envelope bid with a combined Technical proposal and financial proposal Timeline The work should be accomplished within a period of one month from the date of award. D) DELIVERABLES The deliverables of the consultancy will include i) An inception report capturing the current fleet size and state based on the updated fixed assets register and vehicle inspection reports ii) Installation of the Vehicle Tracking System (VTS) gadgets in all County Government vehicles iii) Installation of the VTS software on selected computers and other hand held devices operated by the fleet management staff within the County Government iv) Training of fleet management staff on the functionality of the system v) Final report on the installation of the VTS including handover notes, after sales support and annual contract management/renewal fees and terms. vi) Both the Technical and User Manuals E) EVALUATION CRITERIA Evaluation of bids will be conducted in three stages: STAGE 1: DETERMINATION OF RESPONSIVENESS This stage of evaluation shall involve preliminary examination for responsiveness based on the conditions set out in the Invitation for Tender notice and any other conditions stated in the tender document. Preliminary Evaluation The conditions are as follows: (a) Provide valid Tax Compliance Certificate as proof of registration as a Company. (b) Dully filled, and signed Confidential Business Questionnaire. (c) Must attach Audited Accounts for the last two (2) years i.e.2016 and 2015. (d) The tenderer and/or their sub-contractor must demonstrate execution of at least two (2) contracts of similar nature for the last two (2) years. i.e. 2016, 2015. (e) Attach a copy certificate of Compliance from Communications Authority of Kenya. 12

(f) Attach the Original copy of the Manual for the proposed system (g) Must provide the Manufacturers authorization of the proposed system where applicable. Tenderers who do not satisfy any of the above requirements shall be considered Non-Responsive and their tenders will not be evaluated further. STAGE 2 TECHNICAL EVALUATION (a) The evaluation shall be done against the technical proposal submitted Visa Vis the technical specifications. (b) Information on After-sales-Service, i.e. Warranties, Subscriptions. The following criteria will be used in the evaluation of all potential suppliers. The documents submitted will be evaluated for suitability and awarded marks which will contribute to a maximum 80% of the tenders evaluation Criteria Experience (a) Number of Continuous Years in related field of Service Required. (b) One year experience (1 Mark) (c) Two years experience (3 Marks) (d) Three years experience (4 Marks) (e) Four years experience and over experience (5 Marks) (f) Letters of reference from two (2) clients, summary of services rendered, value of contracts and contacts person (4 Marks) Technical expertise and Managerial Experience (a) Technician with diploma in automotive engineering and 2 years experience in the field (2 marks) (b) Automotive engineer (3 marks) (c) ICT expert with Masters in ICT (3 marks) (d) Management expert with MBA or above (3 marks) Financial Resources (a) Audited Accounts for the last two (2) years i.e. 2016, 2015 (5 marks) (b) Working capital, turnover and profitability ratios (5 Marks) Specifications i. The evaluation shall be done against the technical specifications stated in the bid document (a) Obtain actual vehicle location (3 marks) (b) Set and establish maximum speed for the vehicle (3 marks) Monitor, start and stop vehicle (engine immobilizer) (3 marks) (c) Set and establish the vehicles area of operation (3 marks) (d) Obtain daily mileage report (3 marks) (e) Provide the vehicle speed reports (3 marks) (f) Receive and record over-speeding alerts (3 marks) (g) Generate reports on number of each vehicle trips, stops, mileage etc. (3 marks) Provide user name and password to login to the system (3 marks) (h) Access real time reports on mobile phone, laptops, tablets Maximum Score 09 11 10 50 13

etc. (3 marks) (i) Create different user accounts with different access rights and privileges (2 marks) (j) View different vehicle tracking maps (2 marks) (k) Latest GPS/GPRS/GSM technology (3 marks) (l) Browser support for IE, Mozilla, Firefox and others; (2 marks) (m) Integration with other existing and future County Applications (2 marks) (n) 24/7 support service (3 marks) (o) A commitment letter to training/transfer knowledge of all relevant officers (3 marks) (p) Information on after-sale service i.e. warranties. (3 Marks) Total 80 STAGE3 - FINANCIAL EVALUATION Only firms that will achieve a score of 70 in the technical evaluation will proceed to financial evaluation. Financial evaluation will involve the following: Determination of evaluated price for each bid using the following: (a) Check for any arithmetic errors in the Tender. (b) Ranking of Bidders according to their evaluated prices. (c) Total cost applicable, installation, subscriptions etc. F) OVERALL TENDER EVALUATION CRITERIA: The tender evaluation criteria are weighted as follows: Criterion Tender Responsiveness-Preliminary Evaluation Maximum Score Mandatory Technical Evaluation 80 Financial Evaluation 20 Totals 100 IMPORTANT The Top THREE bidders shall be invited to demonstrate their systems practically after which the best bidder will be selected. 14

1.8 WEIGHTING CRITERIA 1.8.1 Stage I Technical Criteria Evaluation Stage 1.8.1.1 In Stage I, the tenders will be assessed against the technical criteria (this item could be determined by making reference to the points in the evaluation criteria Section 1.7.1). Note relative to the tenderers quality and experiences, the tenderers must Attain an overall passing score (70%). 1.8.1.2 Tenders which fail to obtain a passing score shall be considered technically non responsive and therefore shall not be considered in the financial evaluation. 1.8.1.3 For those tenderers that are able to attain passing scores in all items, their technical scores will be calculated by using the following formula: 1.8.1.4 Technical Score = 70 X Consortium Score 1.8.1.5 Each consortium member will carry a weighting contributing to the overall team technical score. The members of the consortium will have weightings distributed as follows: 1.8.1.5.1 Lead Consultant (Corporate Structuring) 40% 1.8.1.5.2 Expert Advisory 30% 1.8.1.5.3 Legal Consultant 30% 1.8.1.6 All Tenderers who attain70% scores in the technical bid will proceed to StageII. 1.8.1.7 Any Tenderer failing to achieve70% in the technical bid will have their financial bids returned to them unopened. 1.8.2 Stage II Financial Evaluation Stage 1.8.2.1 In Stage II, price bids of the tenderers which have passed Stage I assessment will be assessed. A maximum financial score of 30 will be allocated to the tender that offers the lowest price. The financial score for each tender will be calculated by using the following formula: 1.8.2.2 Financial Score = 30 X lowest price among those conforming tenders/tender price 1.8.3 Stage III Combined Technical and Financial Score Stage 1.8.3.1 In Stage III, based on the technical and financial assessments in Stages I and II,a combined score for a tender will be calculated as follows: 15

1.8.3.2 Combined Score = Technical Score + Financial Score 1.8.3.3 Tenders will be ranked according to their combined technical and financial scores using the weights (T=the weight given to the Technical Bid;P=the weight given to the Price Bid;T+P= 1). 1.8.3.4 T=70% (0.7) and P= 30% (0.3) 1.8.3.5 The Contractor achieving the highest combined technical and financial score 1.8.4 Ties and Rounding will be invited for negotiations. 1.8.4.1 The scores for each evaluation element shall be expressed in decimal figures, and in order to estimate scores, decimals shall be rounded as follows: from zero to four tenths, the score shall be rounded down to the previous whole number (lower)and from five to nine tenths, it shall be rounded up to the next whole number (higher). Below are the rules applicable to these ties: 1.8.4.1.1 Score Ties between Technical proposal: Whenever there may be a tie between two or more Technical Bids, no run-off shall be made and the scores obtained by each shall remain. To the effect of disclosure and screen display during the Price Bid Opening the names of the Tenderers that have ascore tie between their Technical shall be listed in the same order that such Tenderers submitted their Price. 1.8.4.1.2 Ties in Total Scores: Should there be a tie between the total scores obtained by two or more Tenderers, the tie will broken as follows: 1.8.4.1.2.1 Of those who are tied, the Tenderer to have submitted the lowest Price Bid Price in their Price Bid shall be first. 1.8.4.1.2.2 If there is still a tie, the award will go to the Tenderer with the highest score during the technical evaluation. 1.8.4.1.2.3 Should the tie persist, it shall be broken by means of a random- selection device. 16

SECTION IV - TECHNICAL (TP) Notes on the Preparation of Technical The technical shall be prepared and submitted by the candidates. It shall contain the following:- (a) (b) (c) (d) (e) Submission letter Comments and suggestions of the consultant on the terms of reference, personnel, facilities and other requirements to be provided by the procuring entity. Description of the methodology and work plan for performing the assignment The proposed key staff for the assignment Consultancy services activities times schedule. 17

SECTION V- FINANCIAL PROPOSAL (FQ) Notes on the Preparation Financial Proposal The financial proposal shall be prepared and submitted by the candidates. It shall contain the following. (a) (b) (c) (d) (e) Submission letter indicating total fees Summary of costs Breakdown of fees per activity Breakdown of reimbursable costs/expenses per activity Miscellaneous expenses (to be prepared by the candidate as appropriate) 18

SECTION VI - STANDARD FORMS STANDARD CONTRACT FORM CONSULTANCY/DESIGN (Lump-sum payment) The contract form shall be completed by the procuring entity after the award of the contract and negotiation of the contract. It will be signed by both parties pursuant to the information to Candidates clause 2.10.2 19

SECTION VI - STANDARD CONTRACT FORM CONSULANCY/DESIGN (lump-sum payments) This Agreement, [hereinafter called the Contract ) is entered into this [insert starting date of assignment], by and between. [insert Client s name] of [or whose registered office is situated at] [insert Client s address] (hereinafter called the Client ) of the one part AND [insert Consultant s name] of [or whose registered office is situated at] [insert Consultants address ] (hereinafter called the Consultant ) of the other part. WHEREAS the Client wishes to have the Consultant perform the services [hereinafter referred to as the Services, and WHEREAS the Consultant is willing to perform the said Services, NOW THEREFORE THE PARTIES hereby agree as follows:- 1. Services (i) The Consultant shall perform the Services specified in Appendix A, Terms of Reference and Scope of Service, which is made an integral part Of this Contract. (ii) The Consultant shall provide the personnel listed Appendix B, Consultant s Personnel, to perform the Services. (iii) The Consultant shall submit to the Client the reports in the form and within the time periods specified in Appendix C, Consultant s Reporting Obligations. 2. Term The Consultant shall perform the Services during the period commencing on [insert starting date] and through to [insert completion date], or any other period(s) as may be subsequently agreed by the parties in writing. 3. Payment A. Ceiling For Services rendered pursuant to Appendix A, 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 (Modify in order to reflect the output required as described in Appendix C.) Kshs. upon signing the contract. Kshs. upon the Client s receipt of the Draft report, acceptable to the Client; and Kshs. upon the Client s receipt of the Final report, acceptable to the Client. Kshs. Total 20

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. MURUMBA CHIULI as Client s Coordinator; the Coordinator will be responsible for the Coordination of activities under this Contract, for acceptance and approval of the reports and of other deliverables, by the Client and for receiving and approving invoices for payment. B. Reports The reports listed in Appendix C, Consultant s Reporting Obligations, shall be submitted in the Course of the assignment and will constitute the basis for the payments to be made under paragraph 3 5 Performance The Consultant undertakes to perform the Services Standards with the highest standards of professional and ethical competence and integrity. The Consultant shall promptly replace any employees assigned under this Contract that the Client considers unsatisfactory. 6. Confidentiality The Consultant shall not, during the term of this Contract and within two years after its expiration Disclose any proprietary or confidential Information relating to the Services, this Contract Or the Client s business or operations without the Prior written consent of the Client. 7. Ownership of Any studies, reports or other material, graphic, Material 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 Not The Consultant agrees that during the term of this to be Engaged Contract and after its termination the Consultant 21

in certain Activities and any entity affiliated with the Consultant shall be disqualified from providing goods, works or services (other than the Services and any continuation thereof) for any project resulting from 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 Governing The Contract shall be governed by the laws of Contract and Kenya and the language of the Contract shall be Language English language 12. Dispute Any dispute arising out of the Contract which Resolution cannot be amicably settled between the parties shall be referred by either party to the arbitration and final decision of a person to be agreed between the parties. Failing agreement to concur in the appointment of an Arbitrator, the Arbitrator shall be appointed by the chairman of the Chartered Institute of Arbitrators, Kenya branch, on the request of the applying party. For the Client Full name Title Signature Date For the Consultant Full name Title Signature Date 22

REQUEST FOR REVIEW FORM FORM RB 1 REPUBLIC OF KENYA PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD APPLICATION NO.OF..20... BETWEEN.APPLICANT AND RESPONDENT (Procuring Entity) Request for review of the decision of the (Name of the Procuring Entity) of dated the day of.20.in the matter of Tender No.. of..20 REQUEST FOR REVIEW I/We,the above named Applicant(s), of address: Physical address.fax No Tel. No..Email, hereby request the Public Procurement Administrative Review Board to review the whole/part of the above mentioned decision on the following grounds, namely:- 1. 2. By this memorandum, the Applicant requests the Board for an order/orders that: - 1. 2. SIGNED.(Applicant) Dated on.day of / 20 FOR OFFICIAL USE ONLY Lodged with the Secretary Public Procurement Administrative Review Board on day of...20. SIGNED Board Secretary 23