pc kinyanjui technical training institute motto

84
P.C KINYANJUI TECHNICAL TRAINING INSTITUTE MOTTO: “EXCELLENCE IN TECHNOLOGY” P.O. Box 21280 00505, NAIROBI TEL: 0773829417 Website: www.kinyanjuitechnical.ac.ke Email: [email protected] ISO 9001:2015 CERTIFIED TENDER FOR: SUPPLY, INSTALLATION, TRAINING, COMMISSIONING AND MAINTENANCE OF AN INTEGRATED ENTERPRISE RESOURCE PLANNING SOLUTION TENDER NO: PCKTTI/T/10/2020/2021 PC KINYANJUI TECHNICAL TRAINING INSTITUTE P O BOX 21280-00505 Nairobi Email: [email protected] Website: www.kinyanjuitechnical.ac.ke CLOSING DATE 12/02/2021 TIME: 10:00AM

Upload: khangminh22

Post on 25-Jan-2023

0 views

Category:

Documents


0 download

TRANSCRIPT

P.C KINYANJUI TECHNICAL TRAINING INSTITUTE

MOTTO: “EXCELLENCE IN TECHNOLOGY”

P.O. Box 21280 00505, NAIROBI

TEL: 0773829417

Website: www.kinyanjuitechnical.ac.ke

Email: [email protected]

ISO 9001:2015 CERTIFIED

TENDER FOR:

SUPPLY, INSTALLATION, TRAINING, COMMISSIONING AND MAINTENANCE OF AN

INTEGRATED ENTERPRISE RESOURCE PLANNING SOLUTION

TENDER NO: PCKTTI/T/10/2020/2021

PC KINYANJUI TECHNICAL TRAINING INSTITUTE

P O BOX 21280-00505 Nairobi

Email: [email protected]

Website: www.kinyanjuitechnical.ac.ke

CLOSING DATE 12/02/2021 TIME: 10:00AM

2

SECTION I - LETTER OF INVITATION

Pc Kinyanjui Technical Training Institute invites sealed bids from eligible candidates for

TENDER NUMBER TENDER NO: PCKTTI/T/10/2020/2021: SUPPLY, TESTING, TRAINING,

COMMISSIONING AND MAINTENANCE OF AN INTEGRATED ENTERPRISE RESOURCE

PLANNING (ERP) SYSTEM. Interested candidates may obtain the tender documents during working

hours from the Institute procurement office upon payment of a non-refundable fee of Ksh.1,000.00

either via M-Pesa Paybill [Business name 400222; A/c No 30162#Name of Company] or by bank

deposit in the name of the Institute to A/c No 01120081068500 Co-op Bank Kawangware. Documents

may also be downloaded free of charge from our Website: www.kinyanjuitechnical.ac.ke. Bidders who

download the tender documents should notify the Institute via email

[email protected]

Bidders who meet the following criteria, by attaching relevant documentary evidence, shall be

considered for further evaluation.

a. Must provide a bid bond of Kenya shillings one hundred thousand (100,000.00) which must remain

valid for 30 days (after the expiry of the tender validity period) in the form of bank guarantee from

a reputable bank or any other form as provided for under the Public Procurement and Asset

Disposal Act 2015.

b. Provide a valid Tax Compliance Certificate (TCC).

c. Provide PIN and VAT certificates.

d. Proof of Registration as a company.

e. Dully filled business questionnaire

f. Dully filled form of tender.

g. Must attach audited Accounts for the last two years.

h. Provide a valid business permit.

i. Provide an accreditation certificate from the ICT Authority Level 2 and above

(Provision of ERP Services)

j. Provide a support document to confirm that the software embraces open licensing model

k. Submit a Copy of a License of Manufacturer’s Authorization.

l. Power of attorney/ authorization letter authorizing the person to submit/ execute this agreement.

Completed tender documents – Original and a Copy - are to be enclosed in a plain sealed

envelope marked with tender name and reference number and deposited in the tender box

situated at the Pc Kinyanjui Technical Training Institute administration block A. The envelope

should be addressed to:

THE PRINCIPAL,

PC KINYANJUI TECHNICAL TRAINING INSTITUTE

P O BOX 21280-00505

NAIROBI

So as to be received on or before 12/02/2021 at 10.00 A.M. Tenders will be opened

immediately thereafter in the presence of the tenderers or their representatives who choose to

attend.

More details of the services are provided in the terms of reference herein.

3

The Request For Proposal (RFP) includes the following documents:

Section I - Letter of invitation

Section II - Information to Consultants

Section III - Technical proposal

Section IV - Financial proposal

Section V - Terms of reference

Section VI - Anti-Corruption Declaration

On receipt of this RFP please inform us

(a) that you have received the letter of invitation; and

(b) whether or not you will submit a proposal for the assignment

4

SECTION II – INFORMATION TO CONSULTANTS (ITC)

Table of Contents

2.1 Introduction

2.2 Clarification and amendment of RFP document

2.3 Preparation of Technical Proposal

2.4 Financial proposal

2.5 Submission, Receipt and opening of proposals

2.6 Proposal evaluation general

2.7 Evaluation of Technical proposal

2.8 Public opening and Evaluation of financial proposal

2.9 Negotiations

2.10 Award of Contract

2.11 Confidentiality

2.12 Corrupt or fraudulent practices

5

SECTION II: - INFORMATION TO CONSULTANTS (ITC)

2.1 Introduction

2.1.1 The institution will select a firm among those invited to submit a proposal, in accordance

with the method of selection detailed in the appendix. The method of selection shall be

as indicated by Pc Kinyanjui Technical Training Institute in the Appendix “ITC”.

2.1.2 The consultants are invited to submit a Technical Proposal and a Financial Proposal, as

specified in the Appendix “ITC” for services required for the assignment named in the

Appendix. The proposal will be the basis for Contract negotiations and ultimately for a

signed Contract with the selected firm.

2.1.3 The consultants must familiarize themselves with local conditions and take them into

account in preparing their proposals. To obtain firsthand information on the assignment

and on the local conditions, consultants are encouraged to liaise with Pc Kinyanjui

Technical Training Institute regarding any information that they may require before

submitting a proposal. Consultants should contact the officials named in the Appendix

“ITC” to arrange for any visit or to obtain additional information on the pre-proposal

conference. Consultants should ensure that these officials are advised of the visit in

adequate time to allow them to make appropriate arrangements.

2.1.4 The institution will provide the necessary inputs to assist the firm to carry out the services and

make available relevant project data and reports.

2.1.5 Please note that

(i) the costs of preparing the proposal and of negotiating the Contract, including any

visit to the Client are not reimbursable as a direct cost of the assignment; and

(ii) The institution is not bound to accept any of the proposals submitted.

2.2 Tender Security

2.2.1 The tenderer shall furnish, as part of its tender, a tender security for the amount and form

specified in the Invitation to tender.

2.2.2 The tender security shall be Kshs. 100,000.00

2.2.3 The tender security is required to protect the Procuring entity against the risk of

Tenderer’s conduct which would warrant the security’s forfeiture, pursuant to paragraph

2.2.8

2.2.4 The tender security shall be denominated in Kenya Shillings or in another freely convertible

currency and shall be in the form of:

a) A bank guarantee.

b) Such insurance guarantee approved by the Public Procurement Regulatory

Authority (PPRA).

c) Letter of credit

6

2.2.5 The tender security may be forfeited:

(a) If a tenderer withdraws its tender during the period of tender validity specified by the

procuring entity on the Tender Form; or

(b) In the case of a successful tenderer, if the tenderer fails:

(i) to sign the contract in accordance with paragraph

30 or

(ii) to furnish performance security in accordance

with paragraph 31.

(c) If the tenderer rejects, correction of an error in the tender.

2.3 Clarification and Amendment of RFP Documents

2.3.1 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, or electronic mail to Pc Kinyanjui Technical Training Institute

address indicated in the Appendix “ITC”. PCKTTI will respond by letter or electronic

mail to such requests and will send written copies of the response (including an

explanation of the query but without identifying the source of inquiry) to all invited

consultants who intend to submit proposals.

2.3.2 At any time before the submission of proposals, PCKTTI may for any reason, whether at

its own initiative or in response to a clarification requested by an invited firm, amend the

RFP. Any amendment shall be issued in writing through addenda. Addenda shall be

sent by mail, or email to all invited consultants and will be binding on them. PC

Kinyanjui Technical Training Institute may at its discretion extend the deadline for the

submission of proposals.

2.4 Preparation of Technical Proposal

2.4.1 The Consultant’s proposal shall be written in English language.

2.4.2 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.

2.4.3 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

7

for this assignment. Any firms associating in contravention of this requirement

shall automatically be disqualified.

(ii) It is desirable that the majority of the key professional staff proposed be

permanent employees of the firm or have an extended and stable working

relationship with it.

(iii) Proposed professional staff must as a minimum, have the experience indicated

in Appendix, preferably working under conditions similar to those prevailing in

Kenya.

(iv) Alternative professional staff shall not be proposed and only one Curriculum

Vitae (CV) may be submitted for each position.

2.4.4 The Technical Proposal shall provide the following information using the attached Standard

Forms;

(i) 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.

(ii) Any comments or suggestions on the Terms of Reference, a list of services and

facilities to be provided by the (PCKTTI).

(iii) A description of the methodology and work plan for performing the assignment.

(iv) The list of the proposed staff team by specialty, the tasks that would be assigned to

each staff team member and their timing.

(v) 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 five (5) years.

(vi) Estimates of the total staff input (professional and support staff time) needed to carry

out the assignment supported by bar chart diagrams showing the time proposed for

each professional staff team member.

(vii) A detailed description of the proposed methodology, staffing and monitoring of

training.

(viii) A list of 5 (five) award letters of previous projects awarded in the same capacity and

scope. Of interest mostly are ERP projects in the institutions of higher learning. At

least 3 letters should be from universities.

8

(ix) A list of 5 (five) certificates of completion on similar projects and at least a minimum

of 3 certificates should be submitted.

(x) Quoting the 5 projects in viii, and ix above, please provide at least 3 reference letters

from these clients whose projects have been undertaken and completed.

(xi) Any additional information requested in Appendix “ITC”.

2.4.5 The Technical Proposal shall not include any financial information.

2.5 Preparation of Financial Proposal

2.5.1 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 (Attached).

2.5.2 The Financial Proposal should clearly identify as a separate amount, the local taxes,

duties, fees, levies and other charges imposed under the law on the consultants, the sub-

consultants and their personnel.

2.5.3 Consultants shall express the price of their services in Kenya Shillings. Where other

currencies are used, The Institution will convert those currencies to Kenya shillings

using the selling exchange rate on the date of tender closing provided by the Central

Bank of Kenya.

2.5.4 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.

2.5.5 The Proposal must remain valid for 120 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. (PCKTTI) will make its best effort to complete

negotiations within this period. If (PCKTTI) wishes to extend the validity period of the

proposals, the consultants shall agree to the extension.

2.6 Submission, Receipt, and Opening of Proposals

2.6.1 The original proposal (Technical Proposal and Financial Proposal) shall be prepared in

indelible ink. It shall contain no interlineation or overwriting, except as necessary to

correct errors made by the firm itself. Any such corrections must be initialed by the

persons or person authorized to sign the proposals.

2.6.2 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”.

9

2.7 Evaluation of Technical Proposal

2.8.1 The evaluation committee appointed by the Accounting Officer shall evaluate the

proposals based on their responsiveness to the Terms of Reference, applying the

evaluation criteria as follows

(i) Specific experience of the consultant related to the assignment adequacy of the

proposed work plan

and methodology in responding to the terms of reference

(ii) Qualifications and competence of the key staff for the assignment per task

assignment

(iii) Suitability of the transfer of Technology (Training).

(iv) Provide a work breakdown structure that informs the work plan above.

Each responsive proposal will be given a technical score (St). A proposal shall be rejected

at this stage if it does not respond to important aspects of the Terms of Reference or if it

fails to achieve the minimum technical score indicated in the Appendix “ITC”.

2.9 Public Opening and Evaluation of Financial Proposal

2.9.1 After Technical Proposal evaluation, (PCKTTI) shall notify those consultants whose

proposals did not meet the minimum qualifying mark or were considered nonresponsive

to the RFP and Terms of Reference, indicating that their Financial Proposals will be

returned after completing the selection process. (PCKTTI) shall simultaneously notify

the consultants who have secured the minimum qualifying mark, indicating the date and

time set for opening the Financial Proposals and stating that the opening ceremony is

open to those consultants who choose to attend. The opening date shall not be sooner

than seven (7) days after the notification date. The notification may be sent by

registered letter, or electronic mail.

2.9.2 The Financial Proposals shall be opened publicly in the presence of the consultants’

representatives who choose to attend. The name of the consultant, the technical scores

and the proposed prices shall be read aloud and recorded when the Financial Proposals

are opened. Pc Kinyanjui Technical Training Institute shall prepare minutes of the

public opening.

2.9.3 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.

2.9.4 While comparing proposal prices between local and foreign firms participating in a

selection process in financial evaluation of Proposals, firms incorporated in Kenya

where indigenous Kenyans own 51% or more of the share capital shall be allowed a 10%

preferential bias in proposal prices. However, there shall be no such preference in the

technical evaluation of the tenders. Proof of local ownership and citizenship shall be

10

required before the provisions of this sub-clause are applied. Details of such proof shall

be attached by the Consultant in the financial proposal.

2.9.5 The formulae for determining the Financial Score (FS) is indicated in the Appendix “ITC”

2.9.6 The tender evaluation committee shall evaluate the tender within 30 days of from the date of

opening the tender.

2.9.7 Contract price variations shall not be allowed for contracts not exceeding one year (12 months).

2.9.8 Where contract price variation is allowed, the variation shall be varied in accordance with

the subsisting laws on public procurement and Disposals Act, 2015

2.10 Negotiations

2.10.1 Negotiations will be held at the same address as “address to send information to PC

KINYANJUI TECHNICAL TRAINING INSTITUTE indicated in the Appendix “ITC”.

The aim is to reach agreement on all points and sign a contract.

2.10.2 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. PC KINYANJUI TECHNICAL TRAINING INSTITUTE and firm

will then work out final Terms of Reference, staffing and bar charts indicating activities,

staff periods in the field and in the head office, staff-months, logistics and reporting.

The agreed work plan and final Terms of Reference will then be incorporated in the

“Description of Services” and form part of the Contract.

Special attention will be paid to getting the most the firm can offer within the available

budget and to clearly defining the inputs required from PC KINYANJUI TECHNICAL

TRAINING INSTITUTE to ensure satisfactory implementation of the assignment.

2.10.3 Unless there are exceptional reasons, the financial negotiations will not involve the

remuneration rates for staff (no breakdown of fees).

2.10.4 Having selected the firm based on, among other things, an evaluation of proposed key

professional staff, PC KINYANJUI TECHNICAL TRAINING INSTITUTE expects to

negotiate a contract based on the experts named in the proposal. Before contract

negotiations, PC KINYANJUI TECHNICAL TRAINING INSTITUTE will require

assurances that the experts will be actually available. PC KINYANJUI TECHNICAL

TRAINING INSTITUTE will not consider substitutions during contract negotiations

unless both parties agree that undue delay in the selection process makes such

substitution unavoidable or that such changes are critical to meet the objectives of the

assignment. If this is not the case and if it is established that key staff were offered in

the proposal without confirming their availability, the firm may be disqualified.

2.10.5 The negotiations will conclude with a review of the draft form of the Contract. To

complete negotiations, PC KINYANJUI TECHNICAL TRAINING INSTITUTE and

the selected firm will initial the agreed Contract. If negotiations fail, PC KINYANJUI

11

TECHNICAL TRAINING INSTITUTE will invite the firm whose proposal received the

second highest score to negotiate a contract.

2.10.6 The Accounting Officer shall appoint a team for the purpose of the negotiations.

2.11 Award of Contract

2.11.1 The Contract will be awarded following negotiations. After negotiations are completed,

PC KINYANJUI TECHNICAL TRAINING INSTITUTE 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.

2.11.2 The selected firm is expected to commence the assignment on the date and at the location

specified in Appendix “ITC”.

2.11.3 The parties to the contract shall have it signed within 30 days from the date of notification of

contract award unless there is an administrative review request.

2.11.4 Pc Kinyanjui Technical Training Institute may at any time terminate procurement

proceedings before contract award and shall not be liable to any person for the

termination.

2.11.5 Pc Kinyanjui Technical Training Institute shall give prompt notice of the termination to

the tenderers and on request give its reasons for termination within 14 days of receiving

the request from any tenderer.

2.11.6 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.

2.11.7 The tender will be awarded to the bidder with the highest combined technical and financial

score

2.12 Confidentiality

2.12.1 Information relating to evaluation of proposals and recommendations concerning

awards shall not be disclosed to the consultants who submitted the proposals or to other

persons not officially concerned with the process, until the winning firm has been

notified that it has been awarded the Contract.

12

2.13 Corrupt or fraudulent practices

2.13.1 Pc Kinyanjui Technical Training Institute 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.

2.13.2 Pc Kinyanjui Technical Training Institute 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.

2.13.3 Further a consultant who is found to have indulged in corrupt or fraudulent practices

risks being debarred from participating in public procurement in Kenya.

APPENDIX TO SECTION II - INSTRUCTIONS TO CONSULTANTS

The following information regarding the particulars of the tender shall complement, supplement

or amend the provisions of the instructions to tenderers. Wherever there is a conflict between

the provision of the instructions to tenderers and the provisions of the appendix, the provisions

of the appendix herein shall prevail over those of the instructions to tenderers.

INSTRUCTIONS TO

TENDERERS REFERENCE

PARTICULARS OF APPENDIX TO INSTRUCTIONS TO

TENDERS

Paragraph 1.4 The address of submission of tenders is:

THE PRINCIPAL,

PC KINYANJUI TECHNICAL

TRAINING INSTITUTE P O BOX

21280-00505

NAIROBI

Paragraph

1.4

The day, date and time of closing is as per the letter of invitation:

Friday 12th

FEBRUARY, 2021 at

10:00 AM

Paragraph 1.4 Bulky tenders which will not fit in the tender box shall be delivered

and deposited in the address given where the deliverer shall sign in

a register.

Paragraph 2.1.1 All tenderers who meet requirements as indicated in the tender

document

Paragraph 2.1.7 The cost of the tender is Kshs. 1,000.00 Tenders can be downloaded

from the Institution’s website https://www.kinyanjuitechnical.ac.ke free of charge

Paragraph 2.2 The tender security shall be equal to Kshs. 100,000.00

Paragraph 2.4 The tenderers shall complete the Technical Proposal as instructed.

Training is a critical component of this assignment:

Paragraph 2.4.5 The tender validity is 120 days from the date of submission of the

tenders

13

Paragraph 2.5.1 The tenderers shall complete the Financial Submission Form and

the appropriate Price Schedule furnished in the tender documents,

indicating the services to be performed.

Paragraph 2.5.2 The grand total price should be inclusive of taxes, the price of the

equipment/software, all charges, insurance, transportation,

delivery, installation, testing, commissioning, maintenance and any

other costs associated with the tender.

Paragraph 2.5.3 All prices shall be quoted in Kenya shillings or conversion of a

single currency will apply

Paragraph 2.6.3 The tenderer shall prepare “ONE

ORIGINAL PROPOSAL”, and “ONE

COPY PROPOSAL”. The original and copy of the proposal shall

be sealed in separate envelopes. The sealed envelopes shall be put

in one outer envelope which shall bear the name and tender number

of the tender

Paragraph 2.11.7 Award will be made to the bidder with the highest combined

technical and financial score

Paragraph 2.13 Bidders to submit declaration statement on corrupt and fraudulent

practices attached

Page | 14

2.14 EVALUATION CRITERIA

2.14.1 Evaluation criteria

2.14.1.1 PCKTTI will only consider bids from recognized ERP solution providers or

recognized software developers. Accreditation Certificate from the ICT

Authority Level 2 and above is mandatory. Proof of similar assignments done

shall be a mandatory requirement.

2.14.1.2 PCKTTI reserves the right to review the user and technical documentation for the

proposed ERP at a bidder’s nominated site to verify compliance with the

Technical Specifications.

2.14.1.3 PCKTTI reserves the right at the time of the contract award to increase or decrease,

up to 5%, the quantity of products and services originally specified in the

Schedule of Requirements without any change in unit prices or other terms and

conditions.

2.14.1.4 PCKTTI reserves the right to accept or reject a bid, or to annul the bidding process

and reject all bids at any time prior to contract award, without thereby incurring

any liability to the affected bidder(s) in accordance with Public Procurement and

Asset Disposal Act (PPADA) 2015.

2.14.1.5 A two-stage procedure will be adopted in evaluating the proposals, Preliminary

evaluation (Yes/No), technical evaluation and financial evaluation with the

technical evaluation being completed prior to the opening of financial proposals

that will have met the evaluation criterion and cut off points.

2.14.1.6 The weight given to the technical and financial proposals will be 80 points and 20

points respectively. Only technical proposals scoring/attaining 75% and above of

the total technical score will be considered responsive and their financial

proposals will be opened and evaluated as outlined below: -

2.14.2 Evaluation Process

2.14.2.1 The evaluation committee appointed by the PCKTTI shall evaluate the proposals on

the basis of their responsiveness to the preliminary requirements and Terms of

Reference, described in this RFP document as follows:

2.14.2.2 Preliminary: All proposals will first be evaluated on their compliance with the

mandatory preliminary requirements of this Request for Proposal as listed in

Section 1.20.1. Only bidders meeting the mandatory criteria will be advanced to

Stage II. Failure to have all the documents shall lead to rejection of proposal.

2.14.2.3 Evaluation of Technical Proposal: The evaluation committee appointed shall

evaluate the proposals based on their responsiveness to the Terms of Reference,

applying the evaluation criteria.

2.14.2.4 All preliminary compliant proposals will be evaluated for technical compliance

based on the specifications/terms of reference.

Page | 15

2.14.2.5 Each responsive (responsive to preliminary requirements) proposal will be evaluated

on the mandatory technical requirements and a proposal shall be rejected at this

stage if it is not responsive to any of the mandatory aspects of the system.

2.14.3 Tender Qualification and Award

Any award to be made pursuant to this tender document will be based upon the proposal with

appropriate consideration given to operational, technical, cost, and management

requirements. Evaluation of offers will be based upon the bidder’s responsiveness to the

tender documents and the total price quoted for all items covered by the tender documents.

The following elements will be the primary considerations in evaluating all submitted

proposals and in the selection of a bidder or bidders:

1. Completion of all required responses in the correct format.

2. The extent to which the bidder has proposed solution fulfils the PCKTTI’s stated

requirements as set out in this RFB.

3. An assessment of the bidder’s ability to deliver the indicated service in accordance with

the specifications set out in this tender document.

4. The bidder’s stability, experiences, and record of past performance in delivering such

services.

5. Availability of sufficient high quality bidder personnel with the required skills and

experience for the specific approach proposed.

6. Overall cost of bidder’s proposal.

2.14.4 Evaluation stages

Tenders received will be evaluated in three stages as detailed below:

1. Stage 1: Compliance with Mandatory Preliminary Requirements

2. Stage 2: The Technical Evaluation (Capacity to Deliver the Service)

• Mandatory technical

• Technical scoring

3. Stage 3: The Financial Evaluation (quoted prices)

4. Stage 4: Overall Ranking using the formula

The evaluation rating/ scoring of the tenders shall be carried out as follows:

Area Sub-area Rating /

Scores

Preliminary evaluation

Compliance evaluation Elimination

Mandatory Technical

Specifications

Compliance evaluation Elimination

Page | 16

Detailed Technical

Evaluation (80%)

Proposed technical system as per specification 35

capability of the firm evaluation 26

Demonstration of the functional and

technical capabilities of the system

19

Financial (20%) Financial proposal 20

Total 100

2.14.5 Detailed description of the stages

2.14.5.1 STAGE 1: Mandatory Requirements (MR)

The following mandatory requirements must be met notwithstanding other requirements in

the documents:

No. Requirements

Bidder’s

Response with

evidence

reference

attached

MR 1 Submit the proposal which are signed and stamped. The proposal should

clearly show the table of contents and the page numbers

MR 2

Must be registered under the relevant law. Provide documentary evidence

of registration and incorporation to be supported by attaching a copy of

company’s Certificate of Incorporation (Legal structure) from registrar of

companies.

MR 3

Must submit a current copy of the company’s current Tax

Compliance Certificate issued by Kenya Revenue Authority (KRA) and

PIN for locally incorporated firms, foreign firms should

provide similar clearance acceptable to the Kenyan Tax Authorities.

MR 4 Must attach a valid business permit

MR 5 Evidence of ICTA Certification in Infrastructure, Systems and Applications (ICTA Level 2

and above).

MR 6 Submit a completed company’s profile

Page | 17

MR 7 Provide copies of audited accounts for the company for the last two accounting years. 2018

to 2020.

The bidder’s annual turnover in the sale, supplies & installation of

IT systems should be at least Ksh.100, 000,000 for the last 2 Financial years (i.e. 2018-

2019, 2019-2020), to be supported by authentic documentary evidence (audited balance

sheet) and confirmation regarding turnover.

NB: The turnover refers to the company responding to this tender and not the composite

turnover of its subsidiaries/sister concerns/techno-commercial collaborators etc.

MR 8

Submit a bid bond/ tender security of a minimum of Ksh.100, 000.00 The bid bond should

remain valid thirty (30) days beyond the tender validity period. The quotations must remain

valid for 120 days from the date of submission of tender.

MR 9

The bidder should have been carrying out System development and Integration or related

services and should furnish/provide evidence/Proof of completion of at least 5 projects on

turnkey basis done at least during the last 5 Years. Enclose relevant Documentary proof.

“Copies of Purchase Order / Work Order or contract document, along with completion

certificates and recommendation letters to be furnished by the bidder in compliance of this

clause. However, PCKTTI reserves the right to seek additional supporting documents for the

above” projects.

The bidder should also Provide details of the customers where the product has been

implemented successfully (Provide contact details and company/organization, LPO/contract,

project details and cost etc.).

MR 10

The Bidder should submit valid Manufacturer Authorization letters from the proposed

OEM’s/manufacturer confirming and

Authorizing the bidder to submit a bid where the bidder is not the primary owner of the

software solution being proposed. If the bidder is the owner, then should provide copyright

documents. In case of a bidder being a partner , the bidder must provide the

certificates/letters alongside the terms

MR 11

Power of attorney/ Authorization Letter, Giving the name of person who should be signing

the Bid, authorizing him to submit/execute this agreement as a binding document

Page | 18

MR 12

Must submit a dully-filled up Confidential Business Questionnaire and stamped and signed

form of tender in format provided and should be signed by the authorized person. Bidders

must indicate the physical location of the business premises.

MR 13

Provide at least 5 completion certificates of similar projects conducted in the same sector.

These certificates must also be accompanied by recommendation letters from the quoted

clients.

MR 14

. Provide a support document to confirm that the software embraces licensing model.

OR

Provide Valid proof of Microsoft Authorization Letter/License

MR 15

Attach documentary evidence showing at least 5 award letters of similar projects issued in

the last 3 years. 4 of these award letters must be from institutions of higher learning.

19

2.14.5.2 STAGE 2: Technical evaluation (capacity to deliver the service)

Section 1: Mandatory Technical requirement of the solution

Section 2: Detailed aspects of the technical requirements and competency of the

firm as per the following criteria:

Evaluation Attribute Weighting

Score Score

MANDATORY TECHNICAL SPECIFICATIONS

The proposed solution will be evaluated on meeting the selected mandatory

aspects of the system. This will be done to check the bidder’s level of conformity

to specifications as contained in the Terms of Reference Bidders who do not

provide a solution that conforms to all MANDATORY areas in the specifications

shall be considered to be non-responsive and their quotations shall be rejected at

this stage.

YES/NO

YES

TECHNICAL SPECIFICATIONS

The solution will be evaluated on meeting the detailed technical requirements

(compliance) as outlined below). This will be done to check the bidder’s level of

conformity to specifications as contained in the Terms of Reference. Bidders who

do not provide a solution that conforms to all areas in the detailed specifications

shall be considered to be non-responsive and their quotations shall be rejected at

this stage.

Full

compliance=

40% As per

technical

specification 40

TECHNICAL STAFF

At least 5 Technical staff with specific qualifications and experience in system

development to develop and support the solution. Proof of adequate establishment

including number and profiles of key personnel to undertake the assignment.

(Attach signed CVs in the format provided in the Technical Proposal and the

certificates). The personnel should have extensive theoretical and practical

experience of Integrated Management Information Solutions which should be

backed by evidence of relevant training and proof that they have undertaken

similar assignments in the last five years.

0-2 :No

marks

2- 3 :5

marks 4- or

more :8

marks

10

20

IMPLEMENTATION PLANS

Project implementation plans (execution plan, training plan, test plan, support

plan migration plan, etc.). Provide an adequate and detailed work plan on how the

solution will be implemented complete with timelines against each milestone and

including training programme. The work plan should address all the items in the

objectives and the expected deliverables. Supply, installation, configuration,

testing and commissioning lead time

10

Will be critical. Provide a detailed methodology for undertaking the assignment

with clear indications of how the solution will cover all the functional areas.

Bidders must attain the mark of 50 points to proceed to the next section of

demonstration/POC.

EVALUATION OF DEMONSTRATION/POC

The technical demonstration of the proposed system will be evaluated based on

the following criteria:

Demonstration of the functional and technical capabilities of the system and

how it meets the requirements of the PCKTTI using dummy data and

transactions; User friendliness of the system and ease of navigation across different

functional aspects of the system; Capability of the proposed system to manage work flows.

Reporting capability of the system with dummy reports and a demonstration of ease of creation of reports based on user defined criteria.

Should support self-created custom generated reports

System security and user management and administration

20

Please indicate the licensing regime of the proposed solution

Bidders must attain 70% out of 80% of the total score in order to proceed to the financial stage.

PCKTTI may disqualify bids based on the outcome of the Proof of Concept.

21

2.14.5.3 STAGE 3: THE FINANCIAL EVALUATION (20%)

Bidders whose technical proposals will have met technical evaluation criterion described

above shall be invited for the opening of the financial proposals. The other financial

proposals shall be returned unopened. Any effort by a bidder to influence the evaluation or

contract award decisions shall result in the rejection of the bidder’s proposal.

The Financial Proposals shall be opened publicly in the presence of only the Technically

Responsive bidder's representatives who choose to attend. The name of the bidding firm, the

technical Scores and the proposed prices shall be read aloud and recorded when the

Financial Proposals are opened. The PCKTTI shall prepare minutes of the public opening.

The evaluation committee will determine whether the financial proposals are complete i.e.

whether the bidder has priced 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.

The tenderers shall complete the financial submission form and the appropriate Price

Schedule furnished in the tender documents, indicating the services to be performed. In the

financial evaluation, we shall consider:

o Checking whether the quotation is as per requirements in the tender

documents

o Checking whether all Taxes have been included

o Check any computational and arithmetical errors and deviations

o Check that the bidder has costed all items as per specifications

o Check currency and exchange rates

o Check unit cost and total cost

o Check the validity of the tender

o Check Terms of payment

o Check any variations in tender prices

22

2.14.5.3.1 Financial Score: The Financial proposal will be awarded X=20 points.

Where X is the financial score attained by bidder as per criteria below:

Financial score (X=20%)

Evaluation Attribute Weighting Score Score

Mandatory Financial MR11:Must Fill the Price

Schedule in the Format provided

Elimination

MR12:Dully/fully filled Form of

Tender in the Format provided

FINANCIAL STABILITY

(LIQUIDITY)

a) Profitability Margin

b) Liquidity Ratio

Must attach company audited accounts for

the last two consecutive years

A margin above 20% will score

5 marks; 10-19 % 4 marks 5-

9% marks 2.5 marks and 1-4%

1.0 mark

2:1 – 5 marks; 1:1 – 4

marks;0.5:1- 3 marks less

than 0.5 no mark

5 marks

5 marks

The cost of the solution Itemized Prices 10 marks

Total 20 marks

Only Bidders who Score 80% of the total 100% (technical 80% plus financials 20%)

will be considered for overall ranking.

2.14.5.4 Stage 4: Overall Ranking of the bidders using the formula

2.14.5.4.1 The individual technical scores of the technically qualified Bidders, will be

normalized as per the formula below: Tn = (Tb/Tmax) x 80/100 where:

Tn = Normalized technical score for the Bidder under consideration

Tb = Absolute technical score for the Bidder under consideration Tmax =

Maximum absolute technical score obtained by any Bidder

2.14.5.4.2 The commercial scores will be calculated as per formula given below: Fn =

(Fmin/Fb) * X/100 where:

X = The financial score for individual bidders

Fn = Normalized financial score for the Bidder under consideration

23

Fb = The commercial bid value of the Bidder under consideration

Fmin = Minimum commercial Value bid

2.14.5.4.3 The overall score will be calculated as per the formula given below:

where:

Bn = Overall score of the Bidder under consideration

Tn = Normalized technical score of the Bidder under consideration

Fn = Normalized financial score of the Bidder under consideration

Final Selection of Bidder will be done based on added individual score achieved by the

Bidder in techno-commercial evaluation. The Bid with the highest Evaluated Bid Score (B)

among responsive bids shall be termed the Lowest Evaluated Bid and is eligible for Contract

award. The final scores would be rounded off to two decimals and in case of a tie; the bidder

with lower financial quote will be selected.

2.14.5.5 Payment Schedule

NO EVENT /

MILESTONE

RESULT PAY YMENT

DELIVERABLE / % Amount

(Inc.VAT)*

1. Inception • Signed contract documents

• Supply of Licenses

• Inception report

• Project plan

• Service Charter

• shall be paid against receipt of a claim accompanied by the Advance Payment Security specified

30%

2. Implementation

Implementation of the solution

within the agreed period to cover

the documented Systems User

Requirements Specifications,

which are part of this bid

document. Test reports and user

acceptance certificate .

25%

24

3. Complete System Integration and

commissioning

Integrating the system to all the

required systems such as Ecitizen,

IFMIS etc User Acceptance

Certificate, test reports, handing

over report.

15%

4. Training

Training users on the use of ERP

functions.

20%

5. Support during

Warranty period

After

providing

support and

building capacity of super users

per functional area and the internal

IT department for a period of 3

months after Go-Live and user

acceptance certificate).

10%

25

2.15 SECTION V: - TERMS OF REFERENCE

2.15.1 Introduction

The institution is located in Dagoreti area of Nairobi along Kabiria Road, next to the Orthodox

Church

.

2.15.2 Objectives

PCKTTI invites sealed bids from those eligible firms for Request for Proposal for the

upgrading, testing, training, commissioning and maintenance of an Integrated Enterprise

Resource Planning (ERP) System.

The objective of this User Requirements is to;

i. Provide the operational requirements of PCKTTI.

ii. Migrate from Cash based International Public Sector Accounting Standards (IPSAS) to

Accrual based IPSAS.

iii. Define the high-level requirements of the users against each operational function.

iv. Provide documentation to prospective solution providers on the requirements of PCKTTI

to implement and operate an Integrated ERP.

v. Guide PCKTTI management and staff in evaluation and review of the ERP Solution

implemented.

The system requirements described in this document are not exhaustive and therefore

the bidder is expected to give in detail the solution that will best fit PCKTTI in offering

services efficiently and effectively

26

2.15.3 Overview and Scope

This document outlines the functional, performance, security and other system requirements

identified by PCKTTI for the proposed ERP solution upgrade. The proposed ERP is

expected to automate the following functions to enable integrated management of PCKTTI

core business processes in real-time.

1. Administration

2. Student Management

3. Academics and Examination

4. Timetabling

5. Financial Management.

6. Human Resources Management

7. Payroll Management

8. Procurement, Stores and Inventory Management

9. Library Management

10. Catering Module

11. Asset Management

12. Online Application and Admission Portal

13. Online Clearance Portal

14. Online Staff and Student Portal

15. Online Bank Integration

In addition, the Statement of user requirements document specifies high-level requirements

for Reporting, Operational Intelligence and role-based Work Flow functions that any

proposed solution would be required to meet. The proposed solution will impact all

functional areas in The Institution and will be used by all staff in the institution.

2.15.4 Technical Specification

2.15.4.1 Summary of functions

The following is a list and description of the functions that the proposed Management

Information System is expected to perform. The proposed data collection and flow is also

described to give an overview of the expected structure of the proposed system. The

proposed system will interact with the service delivery system through an elaborate

workflow that will be based on the existing processes, procedures and industry best practice.

PCKTTI requires a technology based solution for its operations whose primary function is to:

i) Expedite and streamline the process of delivery of service to its financial services

customers.

ii) Integrate the core processes used to deliver financial services to its customers.

iii) Provide real-time data and information to support management decision making.

iv) Provide a portal for customers to access select information relevant to their

engagement with PCKTTI.

27

v) Facilitate compliance with statutory and regulatory requirements.

vi) Assess and measure performance of The Institution and its staff in real-time.

vii) Enable staff of The Institution to perform specific tasks remotely in real time.

28

2.15.4.2 General/Common Features Specifications

Architect technical parameters

1. • The system should be developed in the current trend technology and must have a

capability to be viewed in all operating systems and devices without distortion of

information and user interface

• The system should support an administration module for the complete management of the

total system.

2. Scalability and Performance - One of the fundamental requirements of solution

architecture to be provided by the vendor is its ability to scale up as and when new

applications and services are added and transaction volumes increase without

compromising the performance of the overall solution. It should provide for Scale-Up and

Scale out on the Application, Web Servers, Database Servers, Application Integration

Servers, and all other solution components.

3. Availability - Solution should be designed to remove all single points of failure. The

solution should provide the ability to recover from failures, thus protecting against many

multiple component failures.

4. Manageability – All the components of the system must be managed from a remote

management station. Shall provide custom reporting of current and historical system

performance parameters. Performance parameters to be tracked include resource utilization

(CPU, Memory, Hard Disk, I/O, and Processes), uptime, throughput, device alerts/failure

etc.

5. Architecture- The system should support a multi-tier architecture with each tier fully

independent.

It should have the ability to integrate with Active Directory (for authentication) and e-

mail system and also provide a flexible API for system integration and application

development.

6. The system should provide a modeler facility to customize the document management

interface to meet specific functional requirements

29

2.15.5 Functional Requirements

In order to accomplish the above-articulated needs, PCKTTI requires an enterprise-wide

management information system that includes the following specific functionality.

2.15.5.1 Administration

The Institution expects that all the proposed system modules and sub-modules will be integrated and

if required, will also integrate the ERP with all the existing systems that The Institution will identify.

General

i) The system should support online services for essential services required by the

institution.

ii) It should modernize and transforms decision-making processes that are undertaken to

ensure smooth running of The Institution’s business.

iii) The Institution expects a system that will replace the legacy manual based processes with

modern secure ICT based processes. It should therefore, encompass and retain the best

elements of the existing systems while facilitating new efficiencies and enhanced features

made possible by technology.

iv) The system should be accessible via the internet as well as on mobile devices. It must be

accessed through all browsers.

v) The system should have easy data transfer mechanism from the current existing system.

System user administration

The solution should provide administrators with capabilities to define user roles and profiles in order

to grant access privilege to only the authorized users. This is to ensure documents are handled with

the highest security levels and that only the right people have the right access level to the right

information.

System integration

The system should be capable of integrating with relevant existing systems and allow for future

systems to be integrated. Minimum integration features should include;

i) Integration with different Databases e.g. Oracle, MySQL or MSSQL

ii) IIS/Apache web server integration

iii) Support for multiple server platforms (Windows / Unix / Linux / Mac)

iv) Support for multiple server Client / Agent Platform (Windows / Linux / Mac) v)

Integration with Event logs

Page | 32

30

Administration

i) Unlimited number of Administrators

ii) Unlimited number of End users

iii) Flexible User Administration –Role based access control

iv) Multi-Organization support

1. EXAMINATIONS MODULE.

An ideal examination module determines approaches to both teaching (What and how teachers

teach) and learning (What students learn). Apart from student assessment, examinations help

teachers modify their teaching methodologies or adopt new ones to impart the desired academic

outcomes.

Below are some system requirements for the P.C Kinyanjui Examinations Office.

The system should generate:

Student name

Identification Number/ Admission Number

Birth Certificate number.

The year the exam was done and the index number for K.C.S.E, K.C.P.E or previous index

number for KNEC registration.

Analyze data of exam per class/ Course, subject department, institution and generate graphs

e.g bars and line graphs.

Give option of converting student data to PDF or excel file.

Display data for each class and convert to excel and PDF.

Provide biometric class attendance which includes: Department, Student number, Name,

Room, Subject, Track attendance, Allow for printing, Delete E.T.C.

Examination reports/ Forms should generate;

a) Attendance registers for a particular class.

b) List of units name and code.

Generate detailed curriculum composition per department e.g Course name, Code, name of

course and hours required per unit.

31

Course code, name and the department student belongs.

Summarized curriculum composition of class code, name, department, term number of

students as per course.

Course requirement summary.

Allow for keying in of supplementary and special exams. Supplementary exams is automatic

for any student who got below 40% while special exam is as per the trainer request.

Supplementary is an automatic 40% while special is 100%.

Give rights to subject teachers to key in but cannot change or edit marks that have already

been entered.

Give rights to heads of department or those with similar roles to be able to change marks.

Generate the students progression analysis showing the performance of students across

various levels.

Generate control forms for each class during exam/ attendance sheet.

Allow for printing / exporting/ conversion of each generation done in either PDF or EXCEL.

Performance remarks should have student number, name, class, course name and code, unit

codes, term, remarks and date.

Mark sheet for marks keyed in the system by trainers should include class program, course

name and code, class type, e.g regular, term, subject codes, subject name, hours attended,

admission, CAT 1, CAT 2, EXAM, GRADE e.g Distinction.

Allow class teacher to enter curriculum for their respective classes which will compose of

class code, department, subject code, term and exam type.

Generate all course codes, names subject name and code, department, exam type e.g weather

internal or external marks.

Generate trainer names, personal number of trainers, department they train, their course, name

and code.

Generate a list of all rooms in the institution, the department the rooms belong to and subject

taught in the rooms.

Generate student reports cards that contain course name, code, previous performance, current

performance and the respective analysis.

Generate student transcript after the en d of the respective course e.g certificate after 2 years

of the course and diploma after 3 years of the course summarizing the analysis of the student

performance.

32

Give exam analysis containing class code, name, term, year, date, and name of the student,

admission number grade, percentage pass, and previous percentage pass in the previous

modules number and overall.

Generate exam analysis containing student admission number, name, unit name/ code and

results.

Generate Department analysis of the courses.

Generate institutional performance analysis.

Marks input log should contain student number, names class, term, subject , marks type

computer, date, time, dates between when uploaded by the trainer was done and print option.

Marks input. The marks input interface should have admission number, name, class, term,

subject name/ code, marks, grade, name of trainer, date of keying in, allow for opening and

closing of duration of keying in, attendance.

Student reports should be viewable in the student portal.

External examination data for a year i.e graduate who competed and passes Diploma module I-II

and Craft Certificate

S/NO COURSE

NAME

COURSE

LEVEL

EXAMINING

BODY

NUMBER OF

CANDIDAT

E

NUMBER

OF

PASSES

NUMBER

OF

FAILS

1 Diploma in

Automotive

Engineerin

g

KNEC 30 20 10

2. List of graduates as follows;

NO ADM

NO

NAME COURSE DEPAR

TMENT

ID

NUMBER

EMAIL

ADDRESS

CONTACT RESUL

T

1200 Jane

Wambui

Diploma in

Business

Business Janewambui

[email protected]

0729 635

241

Credit

33

Management m

PROCUREMENT DEPARTMENT

Give the user department rights to add/ edit items lists.

Giving all users access to the items list.

Ability to generate annual and quarterly reports

To be able to separate all suppliers according to category i.e

a) WOMEN

b) YOUTH

c) PERSONS WITH DISABILITY.

Ability to support Supplier Pre-qualification with a flexible pre-qualification period

The system should be able to capture and store all records of prequalified suppliers of

various items with the price list in every financial year.

The system should be able to award automatically by use of predefined criteria. However,

manual awarding should also be allowed because of the Accounting Officer’s approval.

Ability to generate Request for Quotations from the system.

The system should be able to support all procurement methods

There should be a provision for tracking the different activities in a procurement function

The system should allow easy and efficient ordering by automatically generating

LPOs/LSOs.

The system should be able to generate GRN for received items.

The system should allow users to be able to track status of orders from the time they are

raised to the time they are completed.

The system should give an option to restrict ordering within departmental budgets in any

given financial year or any defined budget periods (such as quarters).

The system should have departmental procurement plan

The system should be able to generate the institution’s procurement plan for a given financial

year

34

The system should support inline order cancellation.

The system should be able to show rejected or goods returned records.

Ability to track partial delivery.

Online Requisition through the Portal

Online approvals

STORE AND INVENTORY MANAGEMENT

Ability to generate Stores Requisition Note (SRN) by the user department.

The system should allow the user to define the maximum stock level per item.

The system should alert the users when reorder level falls due.

The system should alert the user whenever stock levels hit the minimum threshold.

Have full audit trail of all stock movements Stock history ,Serial Number tracking

Should support departmental stores

Should have flexible unit of measure

Update stock by Goods Received Notes

Inventory counts changes and adjustments.

Should be able to check the budget on issuance request

ADMISSIONS PORTAL

The system should generate a application form which can be uploaded along with all other

documents reuired by the Institute.

View status.

The new student should have an interface for viewing the status of the application weather

approved or not approved , if not a approve the registration officer should give the reason e.g

requirement not met, documents not clear back to the student to view and rectify or apply for

another course.

If approved, the registration officer should comment and the student should receive a

notification in their account within view status with the following.

a) Reference number –should be generated automatically from ERP for admission payment

stating the amount.

35

b) Medical form to be filled by the applicant as per the institute.

c) Fee structure for the student as per the institute requirements.

d) Admission letter as per the institute requirement.

e) Rules and regulations

The student should download and fill the documents e.g medical form. The student should

then be able to upload the above filled documents.

Admission Numbers.

The officer under registration should review the document and assign the Admission Number

to the student.

The student should get a congratulation message in their account within view status with a

form bearing admission number generated automatically within the portal he/ she should

download the admission letter for filling Thereafter system Admin should create an account

for the new student within Admin panel.

FINANCE MODULE

1. Revenue

To provide a system that will enable us link it with the bank for online receipting.

The raised query in the management Letter pointed out on the bulkiness of the receipt

whereby the auditor could not manage to audit due to the fact that it was too manual for the

exercise. When a student makes a deposit of fees and indicates his/ her ADM No and name,

the system should raise a receipt of the amount and amount deposit in the student statement

If wrong credentials are entered in the deposit slip, the system should be able to enter the

amount in a suspense account awaiting verification from a student.

Receipt produced should bear Bank transaction No. Bank Account number, name and

admission no. of the student.

Student invoiced vote heads should be the same vote heads that appear in the receipts/

receipted by the system.

The system should automatically generate student invoices upon the student reporting

36

Generated invoices should have a unique identified number that cannot be edited. A

credit/debit note should be used to either increase or reduce the student balance.

The system should allow for automatic sponsorship allocations, institution fee waiver and

penalties where appropriate.

2. Payment

i. Petty cash.

Payment petty cash payment. He system should be able to block imprest holder from further

payment until the correct imprest is accounted for or surrendered.

The system should provide mechanisms for imprest recoveries where the imprest holder fails

to surrender on time

There should be a provision for setting the maximum number of imprests that an individual

can hold

Online imprest approval should be provided

ii. Payment Voucher.

Once a payment voucher is raised it should have a column indicating the budget amount for

that vote head/ expenses, balance available, the current payment amount and the

uncommitted balance. This will help in control of budgeted amount both department wise

and Institute budget.

3. Creditors/ Debtors

Analysis to be provided for student debtor based on age i.e. aging list of the debtors.

The system should be able to provide a list of creditors based on sate the invoice was

delivered to Finance department. (Age analysis f the creditors).

There should be a provision for setting the recurrences for invoices issued to debtors

4. Linking LPO to Finance to case processing of suppliers invoices and capturing an

expense on delivery of goods for accrual reporting.

The system should be able to link finance module with procurement. If so any time an LPO

is raised and an invoice captured from Finance module, It should consider that as an expense

in the finance module even if it is not paid yet. This will help the Institute report on accrual

basis as this is currently the reporting standard for all TVET Institutions (IPSAS Accruals).

Once LPO is raised the amount in the budget is reduced respectively.

37

5. Linking of Various modules in the institution.

The system should link the Finance module with all other Institution module procured to ease

the Institution operations as they are interlinked e.g

a) Registry – Where the Finance module fetches student data for invoicing, receipting and

student debtors.

b) Procurement- for LPOs to match supplier invoices.

c) Others where linking is necessary.

6. Reporting.

i. Trial balance

The trial balance to be generated on accrual basis, can be printed and traceability of the

amounts reflected in it be done with ease for every transaction in the debit or credit side. This

will be the same figures in the following required reports for quarterly and annual accrual

reports.

a) Statement of financial performance ( Income and expenditure).

b) Statement of financial position (Balance sheet)

c) Sate of cash flow

d) State of changes in equity.

e) Changes in net Asset schedule.

f) Notes to financial statement & traceability

g) Budget comparison schedule with a column of commitment will also be provided.

h) PPE schedule.

ii. Book keeping document.

a) Cash book

b) Online Bank reconciliation

c) Journal entries for collection instead of deleted a transaction.

7. Vote heads

Vote heads should have a main class vote head and sub- vote which also have sub-sub vote

heads.

Example

Main class vote head = Goods and Services

38

Sub- vote head= Tuition and Training Materials

Sub-sub Vote Head

(i) Tuition and Training materials – Hospitality Department

(ii) Tuition and Training materials – Building Department

(iii) Tuition and Training materials –Applied science Department e.t.c

8. Payment Disbursement

Disbursement of payment to be done daily such that petty cash payment can be closed daily

or after making payment and the same to apply to cheque payments. We would like to get

summarized expenses at any given time of the month and at the end of the month when we

close all the payments manually.

9. The system should report on accrual basis only as per current reporting standard

(IPSAS ACCRUALS).

Other requirements will be raised as we familiarize with the system based on an oncoming

Finance manual and other considered policies applicable in the Institution.

NOTE

The system should not allow any deleting or alteration of figures once a transaction is done

Journal entries should be used to correct any transaction.

REGISTRATION MODULE

Subject: System upgrades requirements.

1. Date of birth i.e DD/MM/YY- But currently the system has year only.

2. Register page to include the following;

a) Birth certificate number

b) Home county

c) KCPE index number which should be mandatory

d) KCSE index number which should be mandatory.

e) K.C.S.E grade.

f) Parents/ Guardian name.

39

g) Parent/ Guardian mobile number.

h) Email address should be mandatory.

3. Correct error when exporting register to excel to avoid omission of even number and vice

versa.

4. Auto generation of admission number. To limit students to access fees payment before

reporting in the finance department meaning they should report first so as to reflect in ERP

that the student has reported.

5. Student reporting statistics report to include names of those enrolled. Reported and not

reported.

6. Auto generation of class registry with their fees status.

7. Integrate Admission with Finance once student information is entered i.e commuters and

borders/ change of course, change of fees should be automated.

8. Additional students reporting statistics report per gender course that is all module ones,

module two and etc the system should combine the date in modules as follows.

Students enrollment per term per department per gender as follows;

No Course Name(As

it appears on the

syllabus, e.g.

Mechanical

Level (H

Dio,

Diploma,

Craft,

Artisan e.t.c.

Durations(3

years, 2 years,

6months ,e.t.c

Examining

Body

(KNEC,

KASNEB

e.t.c)

Enrolment Data

Male Female Total

1 Building

Technology

Craft 2 Years KNEC 12 6 18

9. System to generate a report for name , admission number, KCPE, KCSE , Index Number ,

ID Number and Admission year as follows KUCCPS returns as follows;

40

S/N

O

FU

LL

NA

ME

S

KC

PE

IN

DE

X N

UM

BE

R

KC

SE

IN

DE

X N

UM

BE

R

GE

ND

ER

NA

TIO

NA

L

ID

/CIT

IZE

NS

HIP

AD

MIS

ION

NO

LA

ST

TV

ET

CU

RR

EN

T P

RO

GR

AM

ME

LE

VE

L C

UR

RE

NT

PR

OG

RA

MM

E E

XA

MIN

G

BO

DY

PR

OG

RA

MM

E

DU

RA

TIO

N

AD

MIS

SIO

N Y

EA

R

CU

RR

EN

T

YE

AR

O

F

ST

UD

Y

SP

ON

SO

RS

HIP

1 Githiora

Carolyn

Warugu

ru

1123

61

1502

2/

2012

102

3

440

1

034

/2

016

Fe

ma

le

3712

9482

94

89

Diplo

ma in

Food

Tech

nolog

y

DIP

LO

MA

KNE

C

3 2017 3 SELF

HOSTEL BOOKING SYSTEM REQUIREMENTS.

Hostel Booking

Hostel booking should be inside the student’s portal.

Hostel booking should be grouped into Female and Male Hostel.

Modules

Bed Module: Admin should be able to create view, update and delete beds from this module.

Room Module: All operation related to Rooms are managed here e.g No. of rooms, the system

should have a drop selection textbook for NYS and Regular Trainers based on gender. Admin

should be able to add, edit, view and delete rooms as per the demand at a given time.

41

NB: If the room is full for trainees the system should be able to give a notification to the

trainees.

Payment Module: It has to be developed for managing payment once payment has been made. It

should reflect in student’s portal that they have paid for hostel and syc with ERP for finance

verification and cube assigned to the students.

Option of attaching the receipt should be available to attach the payment receipt and can be viewed

by Admin, Dean and Finance.

The system should be able to generate all reports related to:

i. Beds available and those already occupied,

ii. Rooms available and those already occupied,

iii. Payments made by the student

The system should be able to notify the user there are rooms left or occupied already.

Features Expected

1. User can search details of rooms and beds available and those already occupied in the

hostels.

2. Hostel; management system is an online application from which user can easily manage beds

details, room details, payment details.

3. Admin, Dean and Finance can track all the information of bed, room payment receipt

numbers.

4. Admin can add, edit/ update and delete the record where necessary.

NB: Admin, Dean and Finance should be able to print a list of students who have booked

the hostels and vacant spaces.

Kindly use the excel sheet attached to assign the rooms.

MALE HOSTEO ACCOMODATION STRUCTURE.

FLOOR WING ROOM CAPACITY REGULAR NYS

G R O U N D

F L O R 2 8 6 2

42

LEFT WING

3 8 5 3

4 8 5 3

5 8 5 3

6 8 5 3

7 8 5 3

8 8 5 3

9 8 5 3

10 8 5 3

11 8 5 3

12 8 5 3

13 8 6 2

RIGHT WING

14 8 65 3

15 8 5 3

16 8 5 3

17 8 5 3

18 8 5 3

19 8 5 3

20 8 5 3

21 8 5 3

22 8 5 3

23 8 5 3

24 8 5 3

25 8 5 3

26 8 6 2

1ST

FLR LEFT WING 27 8 6 2

28 8 5 2

29 8 5 3

30 8 5 3

31 8 5 3

32 8 5 3

33 8 5 3

43

34 8 5 3

35 8 5 3

36 8 5 3

37 8 5 3

38 8 5 3

39 8 6 2

44

1ST

FLR RIGHT WING 40 8 6 2

41 8 5 3

42 8 5 3

43 8 5 3

44 8 5 3

45 8 5 3

46 8 5 3

47 8 5 3

48 8 5 3

49 8 5 3

50 8 5 3

51 8 5 3

52 8 6 2

2ND

FLR

LEFT WING 53 8 6 2

54 8 5 3

55 8 5 3

56 8 5 3

57 8 5 3

58 8 5 3

59 8 5 3

60 8 5 3

61 8 5 3

62 8 5 3

63 8 5 3

64 8 5 3

65 8 6 2

LEFT WING 66 8 6 2

67 8 5 3

68 8 5 3

69 8 5 3

70 8 5 3

45

71 8 5 3

72 8 5 3

3 8 5 3

74 8 5 3

75 8 5 3

76 8 5 3

77 8 5 3

78 8 6 2

3RD

FLR LEFT 79 8 6 2

80 8 5 3

81 8 5 3

82 8 5 3

83 8 5 3

84 8 5 3

85 8 5 3

86 8 5 3

87 8 5 3

88 8 5 3

89 8 5 3

9 8 5 3

91 8 6 2

3RD

FLR RIGHT WING 92 8 6 2

93 8 5 3

94 8 5 3

95 8 5 3

96 8 5 3

97 8 5 3

98 8 5 3

99 8 5 3

100 8 5 3

101 8 5 3

46

102 8 5 3

103 8 6 2

LEFT WING 104 8 6 2

105 8 5 3

106 8 5 3

107 8 5 3

108 8 5 3

109 8 5 3

110 8 5 3

111 8 5 3

112 8 5 3

113 8 5 3

114 8 5 3

115 8 6 2

4TH

FLR RIGHT WING 116 8 6 2

117 8 5 3

118 8 5 3

119 8 5 3

120 8 5 3

121 8 5 3

122 8 5 3

123 8 5 3

124 8 5 3

125 8 5 3

126 8 5 3

127 8 5 3

128 8 6 2

TOTAL 656 360

NB: Please BLOCK 360 spaces that are already booked for the NYS Students.

47

FEMALE HOSTEL ACCOMMODATION STRUCTURE

FLOOR WING ROOM CAPACITY REGULAR NYS

GROUND

FLOR

2 4 3 1

3 4 3 1

4 4 2 2

6 4 3 1

7 4 2 2

8 4 3 1

9 4 2 2

1ST

FLR RIGHT WING 10 4 2 2

11 4 3 1

12 4 2 2

13 4 3 1

14 4 0 2

15 4 2 2

16 4 3 1

17 4 2 2

18 4 3 1

LEFT WING 19 4 2 2

20 4 3 1

21 4 2 2

22 4 3 1

23 2 0 2

24 4 3 1

25 4 2 2

26 4 3 1

27 4 2 2

2ND

FLR RIGHT WING 28 4 2 2

29 4 3 1

30 4 2 2

31 4 3 1

48

32 4 2 2

33 4 2 2

34 4 3 1

35 4 2 2

LEFT 36 4 3 1

37 4 2 2

38 4 3 1

39 4 3 1

40 4 2 2

41 4 3 1

42 4 3 1

43 4 2 2

44 4 3 1

FLOOR WING CUBE NO OCCUPANTS

3RD

FLR

RIGHT WING

44 4 2 2

45 4 3 1

46 4 3 1

47 4 2 2

48 4 3 1

49 4 2 2

50 4 3 1

51 4 2 2

52 4 2 1

3RD

FLR

LEFT WING 53 4 3 2

54 4 2 2

55 4 2 1

56 4 3 2

57 4 2 1

58 4 3 1

59 4 3 1

60 4 2 2

49

61 4 3 1

COMMON

ROOM

CR 4 6 3 3

CR 3 12 4 8

CR 2 12 4 8

CR 1 10 5 5

BLOCK B

B1 16 6 10

B2 10 4 6

B3 10 4 6

B4 8 2 6

TOTAL NO 176 140

NB: Please BLCK 140 spaces that are already booked for the NYS students.

SYSTEM USER REQUIREMENTS

PROCUREMMENT DEPARTMENT

1. Searching for an LPO via Description.

2. When LPO is cancelled the initial requisition should remain and a provision created to edit

the requisition prior to generating a new LPO.

3. Give the user department rights to add/ edit items in items lists.

4. Giving all users access to the items list

5. Training of users in all departments to use the system.

6. Quarterly reports capability.

7. Provision for users to request for items online and approvals done online.

8. To be able to separate all suppliers according to category i.e

a) WOMEN

b) YOUTH

c) PERSONS WITH DISABILITY

PORTAL USER REQUIREMENTS

Student’s portal has two panels Admin Panel ad student panel.

50

ADMIN MODULE

1. Dashboard

Should display the entire announcement posted date and time.

When clicked or viewed it should be able to s how the information and attachment uploaded with an

option of downloading the attachment.

2. User management

Role of user’s e.g student, Applicant, admin, Employee, Tutor- Admin should be in a position of

managing the users by searching the users, editing , view details and delete. Within the admin panel

The system should be able to facilitate searching using admission Number –Admin should be able to

manage user i.e create users, edit Reset password, view Details of the users and delete within the

admin panel.

NB. If the user has created an account by signing in Admin should have a button of confirming the

account to make it active for the user.

3. Announcement.

Site news- should display list of announcement, when clicked the admin should be able to view the

announcement and document uploaded.

Add site news ( announcement )-Title, News Body (Announcement), News Group,

Select: student, Admin, Employee, Tutor i.e only the user selected should get the announcement

from Admin.

Document to attach. Attaching document option to the users should be available.

Status* Selection either: Published, unpublished, i.e if published the announcement should reach

the intended user else unpublished the system should not Post the announcement to the user.

51

Manage site news-Option of managing site news should be available for viewing the title of the

news posted and news posted ,edit, view details or delete.

4. Messages

Compose message

Recipient: Option of selecting the recipients should be available : Recipients are the

users -Subject textbox for typing Message content should be available

Inbox-Admin should be able to view received messages and reply per student.

Sent - to carry sent messages with an option sent or not sent.

Trash -to move the messages to trash

5. Events

-Creating an event-should have event title, date scheduled, event duration, event type should be

selected e.g Exam , Holiday, Notice, Meeting

NB: Event should be sent per head or to all students that option should be available.

-Setting an event calendar-calendar for event setting should be available and up to date.

-Event time line-duration the event is going to take should be clearly indicated.

-Manage Event- edit, view, delete should be available.

-Event type- system should be able to display all the events e.g created and etc.

6. Portals Setting

-Admin should be able to set:

-Allow printing of exam card

-Allow Online Hostel booking and view available room left and set the deadlines.

-Allow online reporting-meaning that button for reporting should only be available once

Admin has enabled it.

52

-Set reporting deadlines-Students should get notification on reporting date.

7. -Admin should be able to view student who have reported and print the list of

Applicant

-Admin should be able to view and print the list of students who have applied for a course.

8. Fee Report

Admin should be able to view fee breakdown per vote head , how he/she was invoiced by selecting

terms e.g term l, term2 if requested by the student

Fee statement-Admin should be able to view fee breakdown how the student was invoiced

clearly indicating date, term and body of payment e.g from Equity and etc.

53

STUDENT PORTAL MODULE

1. Dashboard

-Student should be able to view announcement, recent message posted same window.

2. Announcement-

a) Site news-Student should be able to download the attachment the person who posted

it date and time.

b) Event Calendar-Student should be able to view event posted date and time.

c) Event timeline-should be displayed the time the event took place.

3. Registration

Student should be able to view their registration details, academic work, curriculum activities if

any, and etc.

4. Academic Details

-Exam result-Should be able to view their exam result by selecting,Terml,Term2 and etc

depending on module.

-Student to be able to print exam card.

-View the programmes available

5. Fee Report

-Fee structure-Student should be able to view fee breakdown, how he/she was invoiced by

selecting terms e.g term l, term2 and etc.

Fee statement-Student should be able to view fee breakdown how she was invoiced including the

payment option e.g from equity i.e balance, date and time should be accurate etc.

54

6. ACCOMODATION MODULE

-Book Room Online

-Student should be able to view available room and book online .Kindly find more details from

Dean of student documents on accommodation.

7. Reporting

Student should be able to report online by clicking a button-The admin should be able to view

and print the list of students who have reported and should be available in ERP to be viewed by

the registration officers.

8. Message

Student should be able to: compose a message, view the reply from Admin and View the sent Messages.

NEW STUDENT APPLICATION

Form for application, after the student has filled the form for application and uploaded the

necessary document as required by the institute waiting for approval.

View Status

-The new student should have an interface for viewing the status of the application weather

approved or not approved, if not a approve the registration officer should give the reason e.g

requirement not met, documents not clear back to the student to view and rectify or apply for

another course.

-If approve the registration officer should comment and the student should receive a notification in

their account within view status with the following:

1. Reference number- should be generated automatically from ERP for admission payment

stating the amount.

2. Medical Form to be filled by the applicant as per the institute.

3. Fee structure for the student as per the institute.

4. Admission Letter as per the institute requirement

5. Rules and regulations.

-The student should download and fill the documents e.g medical form , Still within view status

55

the student should find a button to complete their application on click a new interface should

appear for uploading back the document medical form and receipt for admission payment for final

review by the officers under registration which should last for 2-3 days.

Admission Number

The officer under registration should review the documents and assign the Admission Number to

the student.

The student should get a congratulation message in their account within view status with a form

bearing admission number generated automatically within the portal he/she should download

the admission letter for filing. Thereafter System Admin should create an account for the new

student within Admin panel.

Scalability

The system should be a highly scalable solution, it should be designed to accommodate

unlimited number of users.

Training

All the users of the system should be trained to be able to use the system depending on their levels of

authorization.

The solution provider should conduct several trainings for The institution’s staff for a smooth

transition. A training plan should be submitted and the trainings should include but not limited to

the following areas:

I. Starter training

56

II. Administration (database, system, and other infrastructure)

III. Performance enhancements, trouble shooting and fine tuning

IV. Application training – All users

V. Solution walk-through with technical staff and administrators of the system training

VI. Workflow approvers/ originators training

VII. Management teams

Data Migration

This will involve migration of data and synchronization from existing systems to the proposed

system.

i) The system should have an easy way of moving data from the current management

information system and manual records to the proposed system.

ii) The system provider should co-ordinate with existing system administrators to ensure

smooth data archival, backup and replication.

Warranty

i) The system should have a 1 years Warranty

ii) An uptime of more than 99% has to be ensured for the system.

iii) During warranty period besides, all software upgrade, bugs/ patches and services shall be

provided free of cost.

iv) Warranty period conditions;

a. The vendor should provide a status report every six months through email to

The Institution about the support related complaints lodged by different users

b. The vendor should provide helpdesk support services through telephone/e-

mail where users can lodge their complaint. Each user will be assigned a

unique trouble ticket number through which he/she should be able to track the

action taken on his complaint through a support portal. The Project Manager

should maintain the list of trouble tickets being opened and closed.

c. Any failure should be rectified within maximum period of two working days.

d. Any system module failing at least three times in three months, displaying

chronic system design or quality control problem should be totally replaced by

the provider at his cost and risk within 30 days.

e. System preventive maintenance and fine-tuning the performance of the system

besides regular service calls should be carried out every 6 months during the

warranty period.

f. On completion of the Warranty period, The Institution has option to enter into

Annual Maintenance Contract with the supplier for post warranty maintenance

of the systems.

57

Hardware and Software Requirements

The system provider should indicate the minimum installation environment specification of

hardware and operating system required for the system to function optimally which must be

provided by The Institution. The system should be an end-toend solution and should be ready to

install on the server that has the required operating system.

Licenses and Support services

The system supplier should offer the following;

i) An almost ready-to-use installation. The Institution will allow for very few

customizations.

ii) Personal support at The Institution premises within 24 hours (Monday to

Friday) on demand

iii) Service Management services 24/7

iv) Description of the Licensing mode of the software

v) Maintenance (corrective) and upgrades to available new versions

2.15.5.19 Post Stabilization

• Bidder shall provide product support after going live, as part of this project by deputing

technical and functional consultants at site for not less than one month after

implementation

• During the stabilization period the bidder would help The Institution to correct any

troubleshooting while doing transactions or generating reports. The bidder will correct the

user manual and configuration manuals if required.

• Any required configuration and/or customized during this phase would be done by bidder

without any additional cost to The Institution.

2.15.5.20 System Management Annual Charges

Any charges such as annual maintenance, annual license fee and software support cost

should be clearly stated. The privileges that will be experienced by subscribing to such

annual charges should be clearly stated. E.g. Product ERP at no other cost etc.

2.15.5.21 Hardware Specifications

Bidders should provide advice to The Institution in the scoping of hardware requirements to be

provisioned for the ERP.

2.15.5.22 Testing Plan

The Vendor should describe in detail in their proposal the testing environment and

methodology to be used prior to handing over the system for client user acceptance

testing (UAT).

58

59

2.16 SECTION IV: - SUBMISSION OF PROPOSALS

2.16.1 Notes on the preparation of the Technical Proposals

i. 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.

ii. 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.

iii. 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.

]

60

APPENDIX I:FORMS

1. TECHNICAL 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. 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:]

61

2. FIRM’S REFERENCES

Relevant Services Carried Out in the Last Ten 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/Ye

ar): 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; ________________________

(May be amended as necessary)

62

3. 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.

63

4. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR

PERFORMING THE ASSIGNMENT

64

5. TEAM COMPOSITION AND TASK ASSIGNMENTS

1. Technical/Managerial Staff

Name Position Task

2. Support Staff

Name Position Task

65

6. 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.]

66

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: _________________________________________

67

7. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

Days (in the Form of a Bar Chart)

Name Position Reports

Due/

Activities

1

2

3

4

5

6

7

8

9

10

11

12

Number

Days

of

Reports Due: _________

Activities Duration: _________

Signature: ________________________

(Authorized representative)

Full Name: ________________________

Title: ______________________________

Address: ___________________________

68

8. ACTIVITY (WORK) SCHEDULE

(a). 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

69

SECTION IV: - 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.

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

70

SECTION IV - FINANCIAL PROPOSAL STANDARD FORMS

Table of Contents Page

1. Financial proposal submission Form

2. Summary of costs

3. Standard Forms

71

1. FINANCIAL SUBMISSION FORM PROPOSAL

________________[ 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]

72

2. SUMMARY OF COST

Based on the information contained in the technical specifications, the prospective bidders should

provide a breakdown of costs.

Module Costs

Currency(ies) Amount(s)

1.

2.

3.

4.

Subtotal

Taxes

Total Amount

Proposal

of

Financial

_________________

73

SECTION VIII - STANDARD FORMS

Notes on the sample Forms

1. Form of Tender - The form of tender must be completed by the tenderer

and submitted with the tender documents. It must also be duly signed by duly authorized

representatives of the tenderer.

2. Confidential Business Questionnaire Form - This form must be completed by the tenderer

and submitted with the tender documents.

3. Tender Security Form -When required by the tender documents the tender shall

provide the tender security either in the form included herein or in another format acceptable to

the procuring entity.

4. Contract Form-The Contract Form shall not be completed by the tenderer at the time of

submitting the tender. The Contract Form shall be completed after contract award and should

incorporate the accepted contract price.

5. Performance Security Form-The performance security form should not be

completed by the tenderers at the time of tender preparation. Only the successful tenderer

will be required to provide performance security in the form provided herein or in another form

acceptable to the PC KINYANJUI TECHNICAL TRAINING INSTITUTE.

6. Manufacturers Authorization Form-When required by the ender documents this form must

be completed and submitted with the tender documents. This form will be completed by the

manufacturer of the goods where the tenderer is an agent.

74

8.1 FORM OF TENDER

Date

Tender No.

To:

[name and address of PC KINYANJUI TECHNICAL

TRAINING INSTITUTE] Gentlemen and/or Ladies:

1. Having examined the tender documents including Addenda Nos.

………………………………. [insert numbers].the receipt of which is hereby duly

acknowledged, we, the undersigned, offer to supply deliver, install and commission (

…………………………………………… (insert equipment description) in conformity

with the said tender documents for the sum of

…………………………………………………………. (total tender amount in words and

figures) or such other sums as may be ascertained in accordance with the Schedule of

Prices attached herewith and made part of this Tender.

2. We undertake, if our Tender is accepted, to deliver install and commission the equipment

in accordance with the delivery schedule specified in the Schedule of Requirements.

3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum of

equivalent to percent of the Contract Price for the

due performance of the Contract , in the form prescribed by ……………….

……………….( PC KINYANJUI TECHNICAL TRAINING INSTITUTE).

4. We agree to abid by this Tender for a period of …… [number] days from the date fixed

for tender opening of the Instructions to tenderers, and it shall remain binding upon us and

may be accepted at any time before the expiration of that period.

5. This Tender, together with your written acceptance thereof and your notification of award,

shall constitute a Contract, between us. Subject to signing of the Contract by the parties.

6. We understand that you are not bound to accept the lowest or any tender you may receive.

Dated this day of 20

[signature] [in the

capacity of] Duly authorized to sign tender for an on behalf of

75

8.2 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM

You are requested to give the particulars indicated in Part 1 and either Part

2(a), 2(b) or 2 (c ) whichever applied to your type of business

You are advised that it is a serious offence to give false information on this form

Part 1 – General:

Business Name

…………………………………………………………………………………………………

Location of business premises.

…………………………………………………………………………………

Plot No………………………………………………… Street/Road

…………………………………………..

Postal Address ……………………….. Tel No. …………………. Fax ……………….

E mail …………….

Nature of Business

……………………………………………………………………………………………..

Registration Certificate No.

…………………………………………………………………………………

Maximum value of business which you can handle at any one time – Kshs.

…………………………………

Name of your bankers ……………………………………….. Branch

………………………………………

Part 2 (a) – Sole Proprietor

Your name in full …………………………………………………….. Age ………………………..

Nationality ………………………………… Country of origin

…………………………………….

Citizenship details

76

………………………………………………………………

…………………….

Part 2 (b) Partnership

Given details of partners as follows:

Name Nationality Citizenship Details

Shares

1. ………………………………………………………………………

………………

2. ………………………………………………………………………

………………

3. ………………………………………………………………………

………………..

4. ………………………………………………………………………

………………..

77

Part 2 (c ) – Registered Company

Private or Public

……………………………………………………………………………………….

State the nominal and issued capital of company-

Nominal Kshs. ………………………………

Issued Kshs. …………………………………

Given details of all directors as follows

Name Nationality Citizenship Details

Shares

1………………………………………………………………………………………

…………………

2.

………………………………………………………………………………………

………………..

3.

………………………………………………………………………………………

4.

………………………………………………………………………………………

………………

5

………………………………………………………………………………………

……………….

Date ……………………….. Signature of Candidate ………………………………..

If a Kenya Citizen, indicate under “Citizenship Details” whether by Birth, Naturalization or

registration.

78

8.3 TENDER SECURITY FORM

Whereas ………………………………………. [name of the tenderer]

(hereinafter called “the tenderer”) has submitted its tender dated ………….

[date of submission of tender] for the supply, installation and commissioning of

……………………[name and/or description of the equipment] (hereinafter called “the

Tender”) ……………………………………….. KNOW ALL PEOPLE by these presents that

WE ……………………… of ………………………. having our registered office at

………………… (hereinafter called “the Bank”), are bound unto …………….. [name of PC

KINYANJUI TECHNICAL TRAINING INSTITUTE} (hereinafter called “the PC KINYANJUI

TECHNICAL TRAINING INSTITUTE”) in the sum of …………………….. for which

payment well and truly to be made to the said PC KINYANJUI TECHNICAL TRAINING

INSTITUTE, the Bank binds itself, its successors, and assigns by these presents. Sealed with

the Common

Seal of the said Bank this day of

20

THE CONDITIONS of this obligation are:-

1. If the tenderer withdraws its Tender during the period of tender validity specified by the

tenderer on the Tender Form; or

2. If the tenderer, having been notified of the acceptance of its Tender by the PC

KINYANJUI TECHNICAL TRAINING INSTITUTE during the period of tender

validity:

(a) fails or refuses to execute the Contract Form, if required; or

(b) fails or refuses to furnish the performance security in accordance with the Instructions to

tenderers;

We undertake to pay to the PC KINYANJUI TECHNICAL TRAINING INSTITUTE up to the

above amount upon receipt of its first written demand, without the PC KINYANJUI

TECHNICAL TRAINING INSTITUTE having to substantiate its demand, provided that in its

demand the PC KINYANJUI TECHNICAL TRAINING INSTITUTE will note that the amount

claimed by it is due to it, owing to the occurrence of one or both of the two conditions,

specifying the occurred condition or conditions.

This tender guarantee will remain in force up to and including thirty (30) days after the period of

tender validity, and any demand in respect thereof should reach the Bank not later than the

above date.

[signature of the bank]____________________________

8.4 CONTRACT FORM

THIS AGREEMENT made the day of 20 between

79

……………… [name of Procurement entity) of ……….. [country of Procurement entity]

(hereinafter called “the PC KINYANJUI TECHNICAL TRAINING INSTITUTE) of the one part

and

…………………….. [name of tenderer] of ………….. [city and country of tenderer]

(hereinafter called “the tenderer”) of the other part;

WHEREAS the PC KINYANJUI TECHNICAL TRAINING INSTITUTE invited tenders for certain

goods ] and has accepted a tender by the tenderer for the supply of those goods in the sum of

…………………………… [contract price in words and figures] (hereinafter called “the

Contract Price).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Conditions of Contract referred to:

2. The following documents shall be deemed to form and be read and construed as part of this

Agreement viz:

(a) the Tender Form and the Price Schedule submitted by the tenderer

(b) the Schedule of Requirements

(c ) the Technical Specifications

(d) the General Conditions of Contract

(e) the Special Conditions of contract; and

(f) the PCKTTI’s Notification of Award

3. In consideration of the payments to be made by the PC KINYANJUI TECHNICAL

TRAINING INSTITUTE to the tenderer as hereinafter mentioned, the tender hereby covenants

with the PC KINYANJUI TECHNICAL TRAINING INSTITUTE to provide the goods and to

remedy defects therein in conformity in all respects with the provisions of the Contract

4. The PC KINYANJUI TECHNICAL TRAINING INSTITUTE hereby covenants to pay

the tenderer in consideration of the provisions of the goods and the remedying of defects therein,

the Contract Price or such other sum as may become payable under the provisions of the

Contract at the times and in the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance

with their respective laws the day and year first above written.

80

Signed, sealed, delivered by the (for PCKTTI)

Signed, sealed, delivered by the (for the tenderer in the

presence of

(Amend accordingly if provided by Insurance Company)

81

8.5 MANUFACTURER’S AUTHORIZATION FORM

To [The PC KINYANJUI TECHNICAL TRAINING INSTITUTE] ………………….

WHEREAS …………………………………………………………[ name of the manufacturer]

who are established and reputable manufacturers of ………………….. [name and/or description

of the goods] having factories at ………………………………… [address of factory] do hereby

authorize ………………………… [name and address of Agent] to submit a tender, and

subsequently negotiate and sign the Contract with you against tender No.

………………………. [reference of the Tender] for the above goods manufactured by us.

We hereby extend our full guarantee and warranty as per the General Conditions of Contract for

the goods offered for supply by the above firm against this Invitation for Tenders.

[signature for and on behalf of manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed

by a person competent.

82

8.6 LETTER OF NOTIFICATION OF AWARD

Address of PC KINYANJUI TECHNICAL

TRAINING INSTITUTE

_________________________________________

To:

RE: Tender No.

Tender Name

This is to notify that the contract/s stated below under the above mentioned tender have been

awarded to you.

1. Please acknowledge receipt of this letter of notification signifying your acceptance.

2. The contract/contracts shall be signed by the parties within 30 days of the date of this letter

but not earlier than 14 days from the date of the letter.

3. You may contact the officer(s) whose particulars appear below on the subject matter of this

letter of notification of award.

(FULL PARTICULARS)

SIGNED FOR ACCOUNTING OFFICER

83

8.9 FORM RB 1

REPUBLIC OF KENYA

PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD

APPLICATION NO…………….OF……….….20……...

BETWEEN

…………………………………………….APPLICANT

AND

…………………………………RESPONDENT (PC KINYANJUI TECHNICAL TRAINING

INSTITUTE)

Request for review of the decision of the…………… (Name of the PC KINYANJUI TECHNICAL

TRAINING INSTITUTE) 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.

etc.

By this memorandum, the Applicant requests the Board for an order/orders that:

1.

2.

etc

SIGNE

D ……………….(Applicant)

Dated on…………….day of ……………/…20…

84

FOR OFFICIAL USE ONLY

Lodged with the Secretary Public Procurement Administrative Review

Board on ………… day of ………....20….………

SIGNED

Board Secretary

SECTION VI: ANTI-CORRUPTION DECLARATION COMMITMENT/ PLEDGE

I/We …………………………………………………………………………….

of Street, Building, P O Box……………………………………………………………

…………………………………………………………………………………………..

Contact/Phone/E mail…………………………………………………………………..

declare that Public Procurement is based on a free and fair competitive Tendering process which

should not be open to abuse.

I/We ..…………………………………………………………………………………..

declare that I/We will not offer or facilitate, directly or indirectly, any inducement or reward to any

public officer, their relations or business associates, in connection with

Tender No ………………………..……………………………………………….

for or in the subsequent performance of the contract if I/We am/are successful.

Authorized Signature.............................................................................................................

Name and Title of Signatory…………………………………………………………………

Stamp………………………………………………………………………………………....