tender document for the supply, implementation and

59
- 1 - REPUBLIC OF KENYA KIAMBU COUNTY GOVERMENT TENDER DOCUMENT FOR THE SUPPLY, IMPLEMENTATION AND COMMISSIONING OF A HOSPITAL MANAGEMENT AND INFORMATION SYSTEM FOR LEVEL 2 AND LEVEL 3 HOSPITALS TENDER NO: KCG/HEALTHSERVICES/30/2014-2015 County Government of Kiambu P.O.Box 2344 - 00900 Kiambu,Kenya Website: www.kiambu.go.ke

Upload: others

Post on 16-Oct-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

- 1 -

REPUBLIC OF KENYA

KIAMBU COUNTY GOVERMENT

TENDER DOCUMENT

FOR

THE SUPPLY, IMPLEMENTATION AND COMMISSIONING OF A HOSPITAL

MANAGEMENT AND INFORMATION SYSTEM FOR LEVEL 2 AND LEVEL 3 HOSPITALS

TENDER NO: KCG/HEALTHSERVICES/30/2014-2015

County Government of Kiambu

P.O.Box 2344 - 00900 Kiambu,Kenya

Website: www.kiambu.go.ke

- 2 -

TABLE of CONTENTS

SECTION I - INVITATION TO TENDER .................................................................................................................. 3

SECTION II - INSTRUCTIONS TO TENDERERS ....................................................................................................... 4

APPENDIX TO INSTRUCTIONS TO THE TENDERERS .............................................................................................. 15

SECTION III - GENERAL CONDITIONS OF CONTRACT ......................................................................................... 21

SECTION IV- SPECIAL CONDITIONS OF CONTRACT ............................................................................................... 26

SECTION V - SCHEDULE OF REQUIREMENTS ..................................................................................................... 27

SECTION VI- TECHNICAL SPECIFICATIONS ............................................................................................................. 28

SECTION VII- STANDARD FORMS .......................................................................................................................... 40

- 3 -

SECTION I - INVITATION TO TENDER

Date: 26th March 2015 TENDER NO: KCG/HEALTHSERVICES/38/2014-2015 SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN HEALTH MANAGEMENT AND INFORMATION SYSTEM FOR LEVEL 2 AND LEVEL 3 HEALTH CENTERS.

The County Government of Kiambu invites sealed bids from eligible and competent ICT firms specializing in SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN HEALTH MANAGEMENT AND INFORMATION SYSTEM FOR LEVEL 2 AND LEVEL 3 HEALTH CENTERS for Kiambu County Government.

Interested eligible candidates may obtain further information from and inspect the tender documents from the County Website www.kiambu.go.ke at no extra cost

The document may also be viewed and downloaded from the Kiambu County website: www.kiambu.go.ke and immediately forward their particulars to the County Procurement office, Thika Sub County, Kenyatta road ground floor room 15B, for records and for the purposes of receiving any further tender clarifications and/or addendums.

A pre-bid meeting will be held on 1st April 2015 at 2.00 P.M at the Temporary Kiambu County offices, Former Thika Municipal Town Hall. Interested Bidders are requested to assemble at Kiambu County offices, Former Thika Municipal Town Hall, Chambers, Thika Town, Kenyatta road

Prices quoted should be net inclusive of all taxes and delivery costs, must be expressed in Kenya shillings and shall remain valid for a period of 120 days from the closing date of the tender.

Completed tender documents are to be enclosed in plain sealed envelopes, clearly marked with the tender number and be deposited in the tender box provided at temporary Kiambu County Government offices, Former Thika Municipal Town Hall or be addressed and posted to:

THE COUNTY SECRETARY

KIAMBU COUNTY GOVERNMENT P.O. BOX 2344 -00900

KIAMBU to be received on or before 13th April 2015 at 12:00 Noon. Tenders must be accompanied by a tender Security of Kshs 2% of the amount quoted on the form of tender in form of a guarantee from a reputable bank or an insurance company approved by The Public Procurement Oversight Authority payable to the Kiambu County Government.

Tenders will be opened immediately thereafter in the presence of the tenderers representatives who choose to attend at the at temporary Kiambu County GOVERNMENT offices, Former Thika Municipal Town Hall.

COUNTY SECRETARY

- 4 -

SECTION II - INSTRUCTIONS TO TENDERERS

2.1 Eligible tenderers

2.1.1. This Invitation to tender is open to all tenderers eligible as described in the instructions to

tenderers. Successful tenderers shall provide the services for the stipulated duration from the date of commencement (hereinafter referred to as the term) specified in the tender documents.

2.1.2. The procuring entity’s employees, committee members, board members and their relative

(spouse and children) are not eligible to participate in the tender unless where specially allowed under section 131 of the Act.

2.1.3. Tenderers shall provide the qualification information statement that the tenderer (including

all members, of a joint venture and subcontractors) is not associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Procuring entity to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the services under this Invitation for tenders.

2.1.4. Tenderers involved in corrupt or fraudulent practices or debarred from participating in

public procurement shall not be eligible.

2.2 Cost of tendering

2.2.1 The Tenderer shall bear all costs associated with the preparation and submission of its

tender, and the procuring entity, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process.

2.2.2 Interested eligible candidates may obtain tender documents from our website www.kiambu.go.ke at no cost.

2.2.3 The procuring entity shall allow the tenderer to review the tender document free of charge

before purchase.

2.3 Contents of tender documents 2.3.1. The tender document comprises of the documents listed below and addenda issued in

accordance with clause 5 of these instructions to tenders

i) Instructions to tenderers ii) General Conditions of Contract iii) Special Conditions of Contract iv) Schedule of Requirements

- 5 -

v) Technical Specifications vi) Form of tender vii) Price schedules viii) Contract form ix) Confidential business questionnaire form x) Tender security form

2.3.2. The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tender documents. Failure to furnish all information required by the tender documents or to submit a tender not substantially responsive to the tender documents in every respect will be at the tenderers risk and may result in the rejection of its tender.

2.4 Clarification of Documents 2.4.1. A prospective candidate making inquiries of the tender document may notify the Procuring

entity in writing or by post, fax or email at the entity’s address indicated in the Invitation for tenders. The Procuring entity will respond in writing to any request for clarification of the tender documents, which it receives no later than seven (7) days prior to the deadline for the submission of tenders, prescribed by the procuring entity. Written copies of the Procuring entities response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective tenderers who have received the tender documents”

2.4.2. The procuring entity shall reply to any clarifications sought by the tenderer within 3 days

of receiving the request to enable the tenderer to make timely submission of its tender

2.5 Amendment of documents

2.5.1. At any time prior to the deadline for submission of tenders, the Procuring entity, for any

reason, whether at its own initiative or in response to a clarification requested by a prospective tenderer, may modify the tender documents by issuing an addendum.

2.5.2. All prospective tenderers who have obtained the tender documents will be notified of the

amendment by post, fax or email and such amendment will be binding on them. 2.5.3. In order to allow prospective tenderers reasonable time in which to take the amendment

into account in preparing their tenders, the Procuring entity, at its discretion, may extend the deadline for the submission of tenders.

2.6 Language of tender

2.6.1. T h e tender prepared by the tenderer, as well as all correspondence and documents

relating to the tender exchanged by the tenderer and the Procuring entity, shall be written in English language. Any printed literature furnished by the tenderer may be written in another language provided they are accompanied by an accurate English

- 6 -

translation of the relevant passages in which case, for purposes of interpretation of the tender, the English translation shall govern.

2.7 Documents Comprising the Tender

The tender prepared by the tenderer shall comprise the following components:

(a) A Tender Form and a Price Schedule completed in accordance with paragraph 8, 9, 10 below. (b) Documentary evidence established in accordance with Clause 2.11 that the

tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted;

(c) Tender security furnished is in accordance with Clause 2.12 (d) confidential business questionnaire

2.8 Form of Tender

2.8.1 The tenderers shall complete the Form of Tender and the appropriate Price Schedule

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

2.9 Tender Prices

2.9.1 The tenderer shall indicate on the Price schedule the unit prices where applicable and total tender prices of the services it proposes to provide under the contract.

2.9.2 Prices indicated on the Price Schedule shall be the cost of the services quoted including all

customs duties and VAT and other taxes payable: 2.9.3 Prices quoted by the tenderer shall remain fixed during the term of the contract unless

otherwise agreed by the parties. A tender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected, pursuant to paragraph 2.22.

2.9.4 Contract price variations shall not be allowed for contracts not exceeding one year (12

months) 2.9.5 Where contract price variation is allowed, the variation shall not exceed 10% of the

original contract price. 2.9.6 Price variation requests shall be processed by the procuring entity within 30 days of

receiving the request.

2.10 Tender Currencies

2.10.1 Prices shall be quoted in Kenya Shillings unless otherwise specified in the appendix to in

Instructions to Tenderers

- 7 -

2.11 Tenderers Eligibility and Qualifications.

2.11.1 Pursuant to Clause 2.1the tenderer shall furnish, as part of its tender, documents

establishing the tenderer eligibility to tender and its qualifications to perform the contract if its tender is accepted.

2.11.2 The documentary evidence of the Tenderers qualifications to perform the contract if its

tender is accepted shall establish to the Procuring entity’s satisfaction that the tenderer has the financial and technical capability necessary to perform the contract.

2.12 Tender Security

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

specified in the Invitation to tender. 2.12.2 The tender security shall be in the amount not exceeding 2 per cent of the tender price.

2.12.3 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 2.12.8

2.12.4 The tender security shall be denominated in a Kenya Shillings or in another freely convertible currency and shall be in the form of:

a) A bank guarantee.

b) Cash

c) Such insurance guarantee approved by the Public Procurement Oversight Authority.

d) Letter of credit

2.12.5 Any tender not secured in accordance with paragraph 2.12.1 and 2.12.4 will be rejected by the Procuring entity as non-responsive, pursuant to paragraph 2.20

2.12.6 Unsuccessful tenderer’s security will be discharged or returned as promptly as possible as

but not later than thirty (30) days after the expiration of the period of tender validity prescribed by the procuring entity.

2.12.7 The successful tenderer’s tender security will be discharged upon the tenderer signing the

contract, pursuant to paragraph 2.26, and furnishing the performance security, pursuant to paragraph 2.27.

2.12.8 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

- 8 -

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

(i) To sign the contract in accordance with paragraph 2.26

Or

(ii) To furnish performance security in accordance with paragraph 2.27

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

2.13 Validity of Tenders

2.13.1 Tenders shall remain valid for 120 days or as specified in the invitation to tender after date

of tender opening prescribed by the Procuring entity, pursuant to paragraph 2.18. A tender valid for a shorter period shall be rejected by the Procuring entity as non-responsive.

2.13.2 In exceptional circumstances, the Procuring entity may solicit the Tenderer’s consent to an

extension of the period of validity. The request and the responses thereto shall be made in writing. The tender security provided under paragraph 2.12 shall also be suitably extended. A tenderer may refuse the request without forfeiting its tender security. A tenderer granting the request will not be required nor permitted to modify its tender.

2.14 Format and Signing of Tender

2.14.1 The tenderer shall prepare two copies of the tender, clearly / marking each “ORIGINAL

TENDER” and “COPY OF TENDER,” as appropriate. In the event of any discrepancy between them, the original shall govern.

2.14.2 The original and all copies of the tender shall be typed or written in indelible ink and shall

be signed by the tenderer or a person or persons duly authorized to bind the tenderer to the contract. All pages of the tender, except for unamended printed literature, shall be initialed by the person or persons signing the tender.

2.14.3 T h e tender shall have no interlineations, erasures, or overwriting except as necessary to

correct errors made by the tenderer, in which case such corrections shall be initialed by the person or persons signing the tender.

2.15 Sealing and Marking of Tenders

2.15.1 The tenderer shall seal the original and each copy of the tender in separate envelopes, duly

marking the envelopes as “ORIGINAL “and “COPY. “The envelopes shall then be sealed in an outer envelope. The inner and outer envelopes shall:

(a) be addressed to the Procuring entity at the address given in the invitation to tender

- 9 -

(b) bear, tender number and name in the invitation to tender and the words: “DO NOT OPEN BEFORE 13th April 2015 12.00 Noon.”

2.15.2 The inner envelopes shall also indicate the name and address of the tenderer to enable the

tender to be returned unopened in case it is declared “late”. 2.15.3 If the outer envelope is not sealed and marked as required by paragraph 2.15.1, the

Procuring entity will assume no responsibility for the tender’s misplacement or premature opening.

2.16 Deadline for Submission of Tenders

2.16.1 Tenders must be received by the Procuring entity at the address specified under paragraph

2.15.1 no later than 13th April 2015 12.00 Noon. 2.16.2 The procuring entity may, at its discretion, extend this deadline for the submission of

tenders by amending the tender documents in accordance with paragraph 2.5, in which case all rights and obligations of the procuring entity and candidates previously subject to the deadline will thereafter be subject to the deadline as extended.

2.16.3 Bulky tenders which will not fit in the tender box shall be received by the procuring entity

as provided for in the appendix.

2.17 Modification and withdrawal of tenders

2.17.1 The tenderer may modify or withdraw its tender after the tender’s submission, provided

that written notice of the modification , including substitution or withdrawal of the tender’s is received by the procuring entity prior to the deadline prescribed for the submission of tenders.

2.17.2 The Tenderer’s modification or withdrawal notice shall be prepared, sealed, marked, and

dispatched in accordance with the provisions of paragraph 2.15. A withdrawal notice may also be sent by cable, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of tenders.

2.17.3 No tender may be modified after the deadline for submission of tenders.

2.17.4 No tender may be withdrawn in the interval between the deadline for submission of tenders

and the expiration of the period of tender validity specified by the tenderer on the Tender Form. Withdrawal of a tender during this interval may result in the Tenderer’s forfeiture of its tender security, pursuant to paragraph 2.12.8.

2.17.5 The procuring entity may at any time terminate procurement proceedings before contract

award and shall not be liable to any person for the termination.

- 10 -

2.17.6 The procuring entity 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.

- 11 -

2.18 Opening of Tenders

2.18.1 The Procuring entity will open all tenders in the presence of Tenderers representatives who

choose to attend, at 12:00 Noon on 13th April 2015 12.00 Noon. and in the location specified in the invitation to tender. The tenderer’ representatives who are present shall sign a register evidencing their attendance.

2.18.3 The tenderer’ names, tender modifications or withdrawals, tender prices, discounts, and

the presence or absence of requisite tender security and such other details as the Procuring Entity, at its discretion, may consider appropriate, will be announced at the opening.

2.18.4 The procuring entity will prepare minutes of the tender opening which will be submitted to

the tenderer that signed the tender opening register and will have made the request.

2.19 Clarification of tenders

2.19.1 To assist in the examination, evaluation and comparison of tenders the procuring entity

may at its discretion, ask the tenderer for a clarification of its tender. The request for clarification and the response shall be in writing, and no change in the prices or substance shall be sought, offered, or permitted.

2.19.2 Any effort by the tenderer to influence the procuring entity in the procuring entity’s tender

evaluation, tender comparison or contract award decisions may result in the rejection of the tenderer tender.

2.20 Preliminary Examination and Responsiveness

2.20.1 The Procuring entity will examine the tenders to determine whether they are complete,

whether any computational errors have been made, whether required securities have been furnished whether the documents have been properly signed, and whether the tenders are generally in order.

2.20.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy

between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the candidate does not accept the correction of the errors, its tender will be rejected, and its tender security may be forfeited. If there is a discrepancy between words and figures, the amount in words will prevail.

2.20.3 The Procuring entity may waive any minor informality or nonconformity or irregularity in a

tender which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any tenderer.

2.20.4 Prior to the detailed evaluation, pursuant to paragraph 22, the Procuring entity will

determine the substantial responsiveness of each tender to the tender documents. For

- 12 -

purposes of these paragraphs, a substantially responsive tender is one which conforms to all the terms and conditions of the tender documents without material deviations. The Procuring entity’s determination of a tender’s responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence.

2.20.5 If a tender is not substantially responsive, it will be rejected by the Procuring entity and

may not subsequently be made responsive by the tenderer by correction of the nonconformity.

2.21 Conversion to a single currency

2.21.1 Where other currencies are used, the procuring entity 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.

2.22 Evaluation and comparison of tenders.

2.22.1 The procuring entity will evaluate and compare the tenders which have been determined to

be substantially responsive, pursuant to paragraph 2.20 2.22.2 The comparison shall be of the price including all costs as well as duties and taxes payable

on all the materials to be used in the provision of the services. 2.22.3 The Procuring entity’s evaluation of a tender will take into account, in addition to the

tender price, the following factors, in the manner and to the extent indicated in paragraph 2.22.4 and in the technical specifications:

(a) Operational plan proposed in the tender;

(b) deviations in payment schedule from that specified in the Special

Conditions of Contract;

2.22.4 Pursuant to paragraph 22.3 the following evaluation methods will be applied:

(a) Operational Plan.

The Procuring entity requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements. Tenders offering to perform longer than the procuring entity’s required delivery time will be treated as non- responsive and rejected.

(b) Deviation in payment schedule.

Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract. Tenders will be evaluated on the basis of this base price. Tenderers are, however, permitted to state an alternative payment schedule and indicate

- 13 -

the reduction in tender price they wish to offer for such alternative payment schedule. The Procuring entity may consider the alternative payment schedule offered by the selected tenderer.

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

opening the tender. 2.22.6 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.

2.23. Contacting the procuring entity

2.23.1 Subject to paragraph 2.19, no tenderer shall contact the procuring entity on any matter

relating to its tender, from the time of the tender opening to the time the contract is awarded.

2.23.2 Any effort by a tenderer to influence the procuring entity in its decisions on tender

evaluation, tender comparison or contract award may result in the rejection of the tenderers tender.

2.24 Award of Contract

a) Post qualification

2.24.1 In the absence of pre-qualification, the Procuring entity will determine to its satisfaction

whether the tenderer that is selected as having submitted the lowest evaluated responsive tender is qualified to perform the contract satisfactorily.

2.24.2 The determination will take into account the tenderer’s financial and technical capabilities. It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer, pursuant to paragraph 2.1.2, as well as such other information as the Procuring entity deems necessary and appropriate.

2.24.3 An affirmative determination will be a prerequisite for award of the contract to the tenderer.

A negative determination will result in rejection of the Tenderer’s tender, in which event the Procuring entity will proceed to the next lowest evaluated tender to make a similar determination of that Tenderer’s capabilities to perform satisfactorily.

- 14 -

b) Award Criteria

2.24.4 Subject to paragraph 2.22 the Procuring entity will award the contract to the successful

tenderer whose tender has been determined to be substantially responsive and has been determined to be the lowest evaluated tender, provided further that the tenderer is determined to be qualified to perform the contract satisfactorily.

2.24.5 The procuring entity reserves the right to accept or reject any tender and to annul the

tendering process and reject all tenders at any time prior to contract award, without thereby incurring any liability to the affected tenderer or tenderers or any obligation to inform the affected tenderer or tenderers of the grounds for the procuring entity’s action. If the procuring entity determines that none of the tenderers is responsive; the procuring entity shall notify each tenderer who submitted a tender.

2.24.6 A tenderer who gives false information in the tender document about its qualification or

who refuses to enter into a contract after notification of contract award shall be considered for debarment from participating in future public procurement.

2.25 Notification of award

2.25.1 Prior to the expiration of the period of tender validity, the Procuring entity will notify the

successful tenderer in writing that its tender has been accepted. 2.25.2 The notification of award will signify the formation of the Contract subject to the signing

of the contract between the tenderer and the procuring entity pursuant to clause 2.26. Simultaneously the other tenderers shall be notified that their tenders have not been successful.

2.25.3 Upon the successful Tenderer’s furnishing of the performance security pursuant to

paragraph27, the Procuring entity will promptly notify each unsuccessful Tenderer and will discharge its tender security, pursuant to paragraph 2.12

2.26 Signing of Contract

2.26.1 At the same time as the Procuring entity notifies the successful tenderer that its tender has

been accepted, the Procuring entity will simultaneously inform the other tenderers that their tenders have not been successful.

2.26.2 Within fourteen (14) days of receipt of the Contract Form, the successful tenderer shall

sign and date the contract and return it to the Procuring entity.

2.26.3 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.

- 15 -

2.27 Performance Security

2.27.1 Within thirty (30) days of the receipt of notification of award from the Procuring entity, the

successful tenderer shall furnish the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the tender documents, or in another form acceptable to the Procuring entity.

2.27.2 Failure of the successful tenderer to comply with the requirement of paragraph 2.26 or

paragraph 2.27.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security, in which event the Procuring entity may make the award to the next lowest evaluated or call for new tenders.

2.28 Corrupt or Fraudulent Practices

2.28.1 The Procuring entity requires that Tenderers observe the highest standard of ethics during

the procurement process and execution of contracts. A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices.

2.28.2 The procuring entity will reject a proposal for award if it determines that the tenderer

recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

2.28.3 Further, a tenderer who is found to have indulged in corrupt or fraudulent practices risks

being debarred from participating in Public Procurement in Kenya.

APPENDIX TO INSTRUCTIONS TO THE TENDERERS

The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers. Wherever there is a conflict between the provisions 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

Particulars of appendix to instructions to tenderers

2.1 Particulars of eligible tenderers: ICT firms specializing in SUPPLY,

IMPLEMENTATION AND COMMISSIONING OF AN HEALTH MANAGEMENT AND INFORMATION SYSTEM FOR LEVEL 2 AND LEVEL 3 HEALTH CENTERS. Firms that have ICT Projects with Kiambu County that are behind schedule or have not been fully paid for because of unsatisfactory performance are not eligible and shall not be considered for award.

2.2.2 Interested eligible candidates may obtain tender documents from our website www.kiambu.go.ke at no cost

- 16 -

2.9.1 Tender Prices: Tenderers should indicate the total cost(s) required to complete the

assignment(s) as per the detailed specifications. 2.10 Particulars of other currencies allowed. None 2.11 Particulars of eligibility and qualifications documents of evidence required. Copies

of: i) Certificate of Registration /

Incorporation ii) ii) Certificate of valid tax

compliance

2.12.2 Interested eligible candidates may obtain tender documents from our website www.kiambu.go.ke at no cost.

2.12.4 Form of Tender Security: The Tender Security shall be in the form of a Guarantee from a reputable bank or an insurance company approved by The Public Procurement Oversight Authority (PPOA). 2.13 Validity of Tenders: Tenders Shall remain valid for 120 days after date of tender opening 2.16.3 Bulky tenders who do not fit in the tender box shall be delivered to the

Procurement Office Room 15B.

2.20.1 Tenderers are required to submit copies of the following MANDATORY DOCUMENTS which will be used during Preliminary Examination to determine responsiveness: 1) Copy of certificate of Registration/Incorporation 2) Copy of Valid Tax Compliance certificate 3) Must Fill the Price Schedule in the format provider 4) Must Fill the Form of Tender in the format provided 5) Must Submit a Tender Security of not more than 2% of the tender

amount 6) Must submit a dully filled up Confidential Business Questionnaire in

format provided 7) Must submit copies of Audited accounts for last three years 8) Submit copy of valid NSSF Compliance Certificate or evidence of current

Remittance of Employees NSSF Contributions 9) Submit Copy of valid NHIF Compliance Certificate or evidence of current

Remittance of Employees NHIF Contributions 10) Proven Physical location of the company/Firm (attached evidence e.g.

title deed, lease agreements or utility bills) 11) Valid direct manufacturers/developer authorization letter/certificate if

not the manufacturer/developer or Proof of ownership if the bidder is the

- 17 -

Instructions

to tenderers

Particulars of appendix to instructions to tenderers

Manufacturer e.g. patent registration/copyright/ intellectual property.

12) Station Site Visit Certificate signed by the Station Head or his appointed nominee. The sample sites for this tender are

No. Name Sub County 1 Ngoliba HC Thika 2 Githunguri HC Githunguri 3 Lusiggeti Hospital Kikuyu 4 Ruiru Hospital Ruiru

At this stage, the tenderer’s submission will either be responsive or non- responsive. The non-responsive submissions will be eliminated from the entire evaluation process and will not be considered further.

- 18 -

2.22 Evaluation and comparison of Tenders: The following evaluation criteria shall be applied Notwithstanding any other requirement in the tender documents.

Selection Process

Below is a description of the evaluation steps that will be adopted.

STEP 1: Preliminary evaluation

This will be an elimination stage which will be done as per paragraph 2.20.1 above.

STEP 2: Technical evaluation

Technical evaluation shall be based on the stated specific technical requirements of the system and capacity of the tenderer to supply and will be undertaken as per the requirements given in Section V – Technical Specifications.

The tenders will be technically evaluated and marks awarded as stipulated in SECTION 4.6.2 TECHNICAL EVALUATION RESPONSE FORM

The technical responses will be marked out of 100 to arrive at the technical score (St) and the minimum technical score required to proceed to financial evaluation is 75. Tenderers who fail to secure the minimum technical score will be eliminated from the entire evaluation process and will not be considered further.

The financial evaluation shall be undertaken as follows:-

Sf = 100 X FM/F where Sf is the financial score; Fm is the lowest priced financial proposal and F is the price of the proposal under consideration

STEP 4: Combined Technical and Financial Scores

Tenderers will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T=the weight given to the Technical Proposal: P= the weight given to the Financial Proposal; T + p = I) indicated in below. The combined technical and financial score, S, is calculated as follows:-S = St x T % + Sfx P %.

The weights given to the Technical and Financial

Proposals are: T= 0.80 (80%)

- 19 -

STEP 3: Financial Evaluation The financial evaluation shall be undertaken as follows:- Sf = 100 X FM/F where Sf is the financial score; Fm is the lowest priced financial proposal and F is the price of the proposal under consideration STEP 4: Combined Technical and Financial Scores Tenderers will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T=the weight given to the Technical Proposal: P= the weight given to the Financial Proposal; T + p = I) indicated in below. The combined technical and financial score, S, is calculated as follows:-S = St x T % + Sfx P %. The weights given to the Technical and Financial Proposals are: T= 0.80 (80%) P= 0.20 (20%) T + P = 1 (100%)

Cont. Part

Declaration (For Tenderer Only) The Tenderer is expected to state categorically whether he/she will/will not accept to be evaluated on the above criteria Q. Will you accept your bid to be evaluated based on the above criteria and abide them during the entire period of the tender (tick appropriately below) No: Yes: Official Stamp: ……………………………………………………

Sign: ……………………………………………………………………

Date :……………………………………………………………………..

- 20 -

Instructions

to tenderers

Particulars of appendix to instructions to tenderers

2.24 (a) Particulars of post – qualification if applicable. Kiambu County may carry out

post qualification and inspect the premises to confirm details

2.24.4 Award Criteria:

TENDERERS ARE ADVISED TO CLEARLY READ AND UNDERSTAND THE INSTRUCTIONS BELOW AS THEY WILL FORM PART OF THE BASIS OF AWARD

(i) AWARD WILL BE MADE TO THE HIGHEST RANKED TENDERER WHO

WILL BE CONSIDERED THE LOWEST EVALUATED.

2.27 Particulars of performance security if applicable. 2% of the Contract sum in the form of a

Bank guarantee to remain valid for the duration of the contract. Other’s as necessary

A PRE-BID MEETING WILL BE HELD ON THE 1st April 2015 AT 2.00 P.M. at temporary Kiambu County Government offices, Former Thika Municipal Town Hall

- 21 -

SECTION III - GENERAL CONDITIONS OF CONTRACT

3.1. Definitions

In this contract the following terms shall be interpreted as indicated:

i. “The contract” means the agreement entered into between the Procuring entity and the tenderer as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

ii. “The Contract Price” means the price payable to the tenderer

under the Contract for the full and proper performance of its contractual obligations.

iii. “The services” means services to be provided by the contractor

including materials and incidentals which the tenderer is required to provide to the Procuring entity under the Contract.

iv. “The Procuring entity” means the organization sourcing for the

services under this 1. Contract.

v. “The contractor means the individual or firm providing the services

under this 1. Contract.

vi. “GCC” means general conditions of contract

contained in this section

vii. “SCC” means the special conditions of contract

viii. “Day” means calendar day

3.2. Application

3.2.1. These General Conditions shall apply to the extent that they are not superseded by provisions of other part of contract.

3.3. Standards

- 22 -

3.3.1. The services provided under this Contract shall conform to the 7 standards mentioned in the Schedule of requirements

3.4. Patent Right’s

3.4.1. The tenderer shall indemnify the Procuring entity against all third-party

claims of infringement of patent, trademark, or industrial design rights arising from use of the services under the contract or any part thereof.

3.5. Performance Security

3.5.1. Within twenty eight (28) days of receipt of the notification of Contract award, the successful tenderer shall furnish to the Procuring entity the performance security where applicable in the amount specified in Special Conditions of Contract.

3.5.2. The proceeds of the performance security shall be payable to the Procuring entity as compensation for any loss resulting from the Tenderer’s failure to complete its obligations under the Contract.

3.5.3. The performance security shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to the Procuring entity and shall be in the form of:

a) Cash.

b) A bank guarantee.

c) Such insurance guarantee approved by the

Authority.

d) Letter of credit.

3.5.4. The performance security will be discharged by the procuring entity and

returned to the candidate not later than thirty (30) days following the date of completion of the tenderer’s performance of obligations under the contract, including any warranty obligations under the contract.

3.6. Inspections and Tests

3.6.1. The Procuring entity or its representative shall have the right to inspect

and/or to test the services to confirm their conformity to the Contract specifications. The Procuring entity shall notify the tenderer in writing, in a timely manner, of the identity of any representatives retained for these purposes.

- 23 -

3.6.2. The inspections and tests may be conducted on the premises of the tenderer or its subcontractor(s). If conducted on the premises of the tenderer or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Procuring entity.

3.6.3. Should any inspected or tested services fail to conform to the Specifications, the Procuring entity may reject the services, and the tenderer shall either replace the rejected services or make alterations necessary to meet specification requirements free of cost to the Procuring entity.

3.6.4. Nothing in paragraph 3.7 shall in any way release the tenderer from any warranty or other obligations under this Contract.

3.7. Payment

3.7.1. The method and conditions of payment to be made to the tenderer under

this Contract shall be specified in SCC

3.8. Prices

3.8.1. Prices charged by the contractor for services performed under the Contract shall not, with the exception of any Price adjustments authorized in SCC, vary from the prices by the tenderer in its tender or in the procuring entity’s request for tender validity extension as the case may be. No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties.

3.9. Assignment

3.9.1. The tenderer shall not assign, in whole or in part, its obligations to perform

under this contract, except with the procuring entity’s prior written consent.

3.10. Termination for Default

3.10.1. The Procuring entity may, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the tenderer, terminate this Contract in whole or in part:

a) if the tenderer fails to provide any or all of the services within the period(s)

specified in the Contract, or within any extension thereof granted by the Procuring entity.

b) if the tenderer fails to perform any other obligation(s) under the Contract. c) if the tenderer, in the judgment of the Procuring entity has engaged in corrupt

or fraudulent practices in competing for or in executing the Contract.

- 24 -

3.10.2. In the event the Procuring entity terminates the Contract in whole or in part, it may procure, upon such terms and in such manner as it deems appropriate, services similar to those undelivered, and the tenderer shall be liable to the Procuring entity for any excess costs for such similar services.

3.11. Termination of insolvency

3.11.1. The procuring entity may at the anytime terminate the contract by giving

written notice to the contractor if the contractor becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the contractor, provided that such termination will not produce or affect any right of action or remedy, which has accrued or will accrue thereafter to the procuring entity.

3.12. Termination for convenience

3.12.1. The procuring entity by written notice sent to the contractor may terminate the contract in whole or in part, at any time for its convenience. The notice of termination shall specify that the termination is for the procuring entity convenience, the extent to which performance of the contractor of the contract is terminated and the date on which such termination becomes effective.

3.12.2. For the remaining part of the contract after termination the procuring entity may elect to cancel the services and pay to the contractor on agreed amount for partially completed services.

3.13. Resolution of disputes

3.13.1. The procuring entity’s and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract.

3.13.2. If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC.

3.14. Governing Language

3.14.1. The contract shall be written in the English language. All correspondence and

other documents pertaining to the contract, which are exchanged by the parties, shall be written in the same language.

3.15. Force Majeure

- 25 -

3.15.1. The contractor shall not be liable for forfeiture of its performance security, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

3.16. Applicable Law.

3.16.1. The contract shall be interpreted in accordance with the laws of Kenya unless

otherwise specified in the SCC

3.17. Notices

3.17.1. Any notices given by one party to the other pursuant to this contract shall be sent to the other party by post or by fax or E-mail and confirmed in writing to the other party’s address specified in the SCC

3.17.2. A notice shall be effective when delivered or on the notices effective date, whichever is later.

- 26 -

SECTION IV - SPECIAL CONDITIONS OF CONTRACT

4.1. Special conditions of contract shall supplement the general conditions of contract, wherever there is a conflict between the GCC and the SCC, the provisions of the SCC herein shall prevail over those in the GCC.

4.2. Special conditions of contract with reference to the general conditions of contract.

General conditions of contract reference

Special conditions of contract

3.5 Specify performance security if applicable: N/A

3.7 Specify method Payments.

Method of payments will be agreed on depending on identifiable milestones and percentages of project completed. This shall be agreed upon signing of the contract agreement.

Payments shall be made within 30 days upon receipt of Invoice(s).

3.8 Specify price adjustments allowed. None 3.14 Specify resolution of disputes. Disputes to be settled as per

the Arbitration Laws of Kenya 3.16 Specify applicable law. Laws of Kenya

3.17 Indicate addresses of both parties. Client: County Government of Kiambu

P. O. Box 2344 -00900 Kiambu

Other’s as necessary

Complete as necessary

- 27 -

SECTION V - SCHEDULE OF REQUIREMENTS

The County Government of Kiambu intends to upgrade the current Crystal Reports

Version 2003 to the latest version with Analytics and to implement an Automated

Receipting System in Kiambu County Government as specified in Section V

Tenderers are advised to clearly read and fully respond to the technical specifications.

The maximum number of days expected to complete the assignment(s) is 90 days irrespective of the number of sites awarded. Tenderers must therefore have and demonstrate capability to concurrently carry out the assignment(s) if awarded more than one site.

- 28 -

SECTION VI - TECHNICAL SPECIFICATIONS 6.1. KIAMBU COUNTY BACKGROUND

Following the passing of the 2010 Constitution of Kenya the Counties of Kenya came into being and are

geographical units of the devolved government. The powers are provided in Articles 191 and 192, and in

the Fourth Schedule of the Constitution of Kenya and the County Governments Act of 2012.

Kiambu County is a former administrative district in the old Central Province of Kenya, comprising 12

constituencies and 60 county assembly wards. Adjacent to the northern border of Nairobi and with a

population of 1,623,282 (Census, 2009), Kiambu county is fast emerging into a popular cosmopolitan hub,

with some of its urban centres like Kikuyu, Limuru, Ruiru and Thika, providing excellent commercial

opportunities to both Kiambu residents and non-residents.

Vision:

An efficient, effective and high quality health care system that is accessible, equitable and affordable for every person in Kiambu County. Mission:

To provide health services that is equitable, accessible and accountable to the people of Kiambu County through participatory leadership As part of the Kiambu County restructuring its technologies the new County administration understands the important role that technology can play in transforming operations of the County and improving citizen service delivery. The County has therefore initiated an ICT Transformation Strategy 2013-2017 aimed at utilizing technology to improve citizen service delivery, increase efficiency and enhance revenue collection. This will be done through implementation and deployment of suitable HMIS solutions at the county headquarters and its all level 4 and level 5 hospitals. The aim of the solutions identified in the ICT Transformation Strategy include

In line with Kiambu County ICT Business Value Roadmap and the Kiambu County Health and

Investment Strategic Plan, all Level 4 and 5 hospitals will be computerised and equipped with

Hospital Management Information Systems (HMIS). HMIS will improve the monitoring and

evaluation of health services in dispensaries and health centres with ability to track patient

encounters, revenues collected, and drug inventories. This will provide real time access to reports

on utilization for services, staff productivity and facility financial data.

6.2. Kiambu County Locations

Kiambu County is comprised of 12 sub-counties. They are Thika, Ruiru, Juja, Kiambu, Kiambaa, Githunguri, Limuru, Lari, Kikuyu, Kabete, Gatundu South and Gatundu North.

- 29 -

6.3. Kiambu County Government Objectives on the Solution The main objectives of the above solutions will be to:

.1.1.1. Improve service delivery to the Citizens of Kiambu County by offering customer facing .1.1.2. payment solutions that enhance compliance, efficiency, accessibility and transparency .1.1.3. Enhanced sharing of health information to stakeholders. .1.1.4. Manage and reduce risk by eliminating uncertainty in data and information. .1.1.5. Improve operational efficiency by aligning strategic goals and desired outcomes. .1.1.6. Ensure transparency in government by opening up information to stakeholders by

providing real time reports.

6.4. Desired Technology Environment

Kiambu County Government is looking to implement a new ICT Strategy align it with its needs. The

technology envisioned will automate patient care, HMIS will improve the monitoring and

evaluation of health services in dispensaries and health centres with ability to track patient

encounters and drug inventories. This will provide real time access to reports on utilization for

services, staff productivity and other facility data. This will foster an information rich environment

for better, accurate, and timely decision making in order to serve citizens better.

This will provide patients with convenient and secure online payment options for the different services provided and also bridge the need for trusted and reliable data that involves creating and maintaining a single view of each patient. This allows all information systems and business processes to share accurate and consistent data. The desired outcome of the project will be to

Connect independent data sources, identifying common relationships, and present accurate information in a single repository to serve an intended business purpose

Provide single view of the patient by providing a single master record for each patient, promoting greater consistency and visibility across all touch points , and making it easier for health staff to provided service

Enhance quality of data to ensure that each patient and stakeholder is addressed consistently in all information systems, monitoring and reporting on data anomalies.

Gain insights from the data to be monetized and as a result arming the county with better reporting and data management capabilities.

Commissioning

The system shall be commissioned by the Project Manager from the contractor after the successful completion of site test and commissioning as per the tests mentioned above. A commissioning certificate will then be issued.

6.5. SCOPE OF WORKS The scope of work for the project will involve the SUPPLY,PILOTING, IMPLEMENTATION AND

COMMISSIONING OF A HEALTH MANAGEMENT AND INFORMATION SYSTEM IN LEVEL 2 AND LEVEL 3 HEALTH

CENTERS KIAMBU COUNTY ON 56 (FIFTY SIX ) SITES AS LISTED

- 30 -

S/NO FACILITY SUBCOUNTY

1 Kiandutu Health Centre Thika

2 Ngoliba Health Centre Thika

3 Munyu Health Centre Thika

4 Ngenda Health Centre Gatundu South

5 Gitare Health Centre Gatundu South

6 Karatu Health Centre HSSF Gatundu South

7 Ngorongo Health Centre Gatundu North

8 Gakoe Health Centre Gatundu North

9 Juja Farm Health Centre Juja

10 Hamundia Health Centre Juja

11 Githunguri Health Centre Ruiru

12 Karia Health Centre Githunguri

13 Githunguri Health Centre Githunguri

14 Ngewa Health Centre Githunguri

15 Kigumo Sub District Hospital Githunguri

16 Githiga Health Centre Githunguri

17 Ndeiya Health Centre Limuru

18 Limuru Health Centre Limuru

19 Thigio Health Centre Limuru

20 Rironi Health Centre Limuru

21 Lari Sub District Hospital Lari

22 Lusigetti Sub District Hospital Kikuyu

23 Wangige Sub District Hospital Kabete

24 Karuri Sub District Hospital Kiambaa

25 Gathanga Health Centre Kiambaa

26 Ndururumo Dispensary Juja

27 Athi Dispensary Juja

28 GSU Ruiru Dispensary Juja

29 Ndula Dispensary Thika

30 Gatuanyaga Dispensary Thika

31 Kiababu Dispensary Githunguri

32 Ngeteti Dispensary Githunguri

33 Gitiha Dispensary Githunguri

34 Miguta Dispensary Githunguri

35 Kiganjo Dispensary Hssf Gatundu South

36 Munyuini Dispensary Hssf Gatundu South

37 Gachika Dispensary Gatundu South

38 Gituamba Dispensary* Gatundu North

39 Gachege Dispensary Gatundu North

40 Mataara Dispensary Gatundu North

41 Mbichi Dispensary Gatundu North

42 Kamae Dispensary Lari

- 31 -

43 Kagaa Dispensary Lari

44 Kagwe Dispensary Lari

45 Githirioni Dispensary Lari

46 Kinale Dispensary Lari

47 Kereita Forest Dispensary Lari

48 Upland Forest Dispensary Lari

49 Ragia Dispensary Lari

50 Anmer Dispensary Kiambu

51 Riabai Dispensary Kiambu

52 Cianda Dispensary Kiambaa

53 Kasphat Dispensary Kiambaa

54 Muchatha Dispensary Kiambaa

55 Gichuru Dispensary Kabete

56 Uthiru Dispensary Kikuyu

This will include:

Design and build a Data Warehouse. This shall involve the following

a) Extraction of Data from the current patient files and deployments of the existing ERP.

b) Data Cleansing to remove and monitor any dirty data as shall be advised by the users.

c) Data modeling into dimensions for analysis.

d) Implement all points of care i.e. Patient Registration, Triage, Doctors Desk, Pharmacy, Laboratory,

MCH, Analytics Dashboards. The system should also provide role based dashboards. The above

analysis should be aggregated at the County Head Quarters for the relevant County Officers., with

capability to drill down to the details required by the Sub-county Finance Officers.

e) Enabling access of the Reports and dashboards on hand held devises e.g. I-Pads and Galaxy Tablets.

- 32 -

a. Scheduling of the reports and Dashboards to run at defined intervals.

b. Training of the end Technical and Business Users

c. The Vendor must provide a detailed test plan to be used in preparation for the start of the System Acceptance process

d. Provide support to Kiambu County in preparing UAT test scripts, and in executing the User Acceptance Testing.

e. Review any failed Test Scripts with the Users to ascertain whether the fault lies in the Test Scripts, or the vendor’s implementation of the Functional Specification. If the latter, the vendor will promptly fix the incorrect implementation, and the failed Test Script will be re-run by the Users

f. The Original Manufacturer of the Software should provide quality assurance by taking an advisory role.

Detailed specifications are provided in the requirements section of this document 6.6. WARRANTY & SUPPORT The contractor will be required to provide a three year warranty on all active devices.

The Contractor shall warrant that all the equipment is free from defect and that the Contractor shall take immediate action during the 3 year warranty period.

6.7. ACCEPTANCE The acceptance by the county will be based on visual inspection during works and technical tests following complete contractor’s tests. Acceptance will only be sanctioned when all technical tests and visual controls have certified that the works are in strict compliance with the terms of the contract.

6.8. SCHEDULE OF WORKS It is expected that the Supply, Installation, Testing and Commissioning of the system will be completed within the agreed period following the signing of the Contract.

Contractors are required to submit a phased schedule of works to enable critical activities to proceed with minimal interruptions. The Contractor is expected to adhere to this schedule or within variations as may be agreed with the County and which must ensure continuity of critical operations.

The Contractor must guarantee completion of the Installation and Commissioning within the specified schedule. If the Contractor fails to complete the installation and commissioning within the specified schedule, the Contractor may be required to pay liquidation damages.

- 33 -

The following is are tentative stages that will apply to this RFP, but may change in accordance with the organization’s needs or unforeseen circumstances.

1. Issuance of RFP 2. Technical Questions/Inquiries Due 3. RFP Closes 4. Complete Initial Evaluation 5. On-site Demonstration 6. Final Award Notification 7. Environment Assessment 8. Go-Live of the HMIS

6.9. DOCUMENTATION All additional documentation required by this Specification or necessary for the satisfactory performance of the job shall also be provided by the bidder.

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.

6.10. Terms and Conditions of the tender Payments shall be according to percentages of contract value at each stage of the project according to milestones and percentages of project completed as proposed by the bidder and accepted by the County. Payments shall be agreed upon on signing of the contract.

All tenders must be accompanied by evidence of the necessary professional and technical qualifications and competence.

All tenderers must provide proof of experience from their previous customers involving work of similar nature in terms of certificates of completion.

All tenders must be accompanied by manufacturers’ warranty.

- 34 -

SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN HEALTH MANAGEMENT AND INFORMATION SYSTEM SCORING CRITERIA

Evaluation and Scoring Criteria Marks

1 Patient Registration 17

2 Triage 10

3 Doctors Desk 11

4 Laboratory 11

5 Procedure / Services 4

6 Pharmacy 12

7 Procurement & Stocks 16

8 Inpatient Management 22

9 Configuration & Administration Module 12

10 Backup/Restore Module 2

11 MIS Reports 6

12 MIS Dash Board 4

13 Technology 7

Total 134

- 35 -

Technical Requirements Requirement Functional Requirement

Mandatory Compliance Weight

No. 1.0 Patient Registration

1.1

Registration form should be customized dynamically by IT users

of the hospital where customization can be done to suit to

hospital requirements

Yes 1

1.2 Should handle Direct patient Registration, Patient Registration

for OP only and Patient Registration for IP only. Yes 1

1.3 Registration should handle types such as cash, insurance,

corporate credit, staff. Yes 1

1.4 Register patients with a specific insurance plan type with limits Yes 1

1.5 Account Validity check of corporate should be available Yes 1

1.6 Facility to enable and disable any fields in the registration form

as mandatory and non-mandatory fields dynamically Yes 1

1.7 Capture Patient's Demographic details with photograph 1

1.8

Facility to generate unique family number to the primary

member and option to link to the secondary members to

primary member

1

1.9 Capture details on Patient dependents 1

1.1 Patient search should be on any field in the database not

restricted to some key fields 1

1.11 Registration card Print 1

1.12 Registration Details Print 1

1.13 Generate unique hospital number for each registered patient

with bar- coding facility Yes 1

- 36 -

1.14 Dynamically be able to set or change patient registration

number with a prefix Yes 1

1.15 Outpatient Number, inpatient Number are generated Yes 1

1.16 Alert on duplicate Visit created for the same day of the visit

assignment. Yes 1

1.17 Ability to assign department at the visit assignment Yes 1

Sub Total 17

2.0 Triage

2.1 Facility to provide status for the patients on triage. Yes 1

2.2 Facility to accommodate Triage as compulsory before seeing the

doctor 1

2.3 Facility to skip triage for some departments Yes 1

2.4 Facility to re-triage for patients again Yes 1

2.5 Automatic population of past details of key components such as

Height, Weight, Medical history, Family History , Gynae details Yes 1

2.6 Auto calculation of BMI and conversion of temperature 1

2.7 Triage nurse can indicate drug and food allergies. 1

2.8 Facility to keep the ANC patients on triage grid till the results

from the lab are available. Yes 1

2.9 Ability to assign doctor at the triage level 1

2.10 Track wait list for Doctor 1

Sub Total 10

3.0 Doctors Desk

3.1 Ability to upload the custom design templates for different

doctors. 1

- 37 -

3.2 Assign Provisional and final Diagnosis as per ICD 10 and MOH

disease categories Yes 1

3.3 Doctor should be able to requests for Prescription, lab,

radiology,internal referral, specialist referrals Yes 1

3.4 Doctor can admit the patient to IP Yes 1

3.5 Automatic population of past three visits key patient medical

history automatically for the analysis of doctors Yes 1

3.6 Doctor can not prescribe medicine especially if disease code is

not entered. Yes 1

3.7 Ability to print dynamically the case-sheet of any visit 1

3.8 Doctor-wise discount facility should be available 1

3.9 Ability to upload images of the organs to mark for consultant

notes 1

3.1 Doctor should be able to review the patients whose results are

ready. Yes 1

3.11 Doctor can not proceed to add any requests if the lab results are

not reviewed. Yes 1

Sub Total 11

4.0 Laboratory

4.1 Ability to link sample types to the tests 1

4.2 Ability to keep the samples pending 1

4.3 System to generate unique Sample collection ID 1

4.4 Ability to process results partly or fully for a single order Yes 1

4.5 System should capture different range values for tests Yes 1

- 38 -

4.6 Head of lab should have the facility to check results of the

patient and publish the results online. Yes 1

4.7 Lab tests results should be available to doctor online Yes 1

4.8 Lab results should be posted to EMR only after results verified

by Head of the laboratory 1

4.9 Create tests orders for the external diagnostic centers 1

4.1 Ability to process inpatient lab sample collection with specific

details if required. 1

4.11 Ability to process inpatient lab tests separately. 1

11

5.0 Procedure / Services

5.1 System to calculate dynamically slab based, incremental based

rates for a specific service at the request level Yes 1

5.2 System should be able to charge dispensing fee dynamically

based on rules Yes 1

5.3 System should be able to tag consumables for the execution of

the service. Yes 1

5.4 Facility to keep the service pending partly 1

Sub Total 4

6.0 Pharmacy

6.1 Drug prescription can be based on Generic name, Brand Name 1

6.2

Calculation of the prescribed qty should be automatically be

done while prescribing based on the type of drug. For eg, the

qty for tablets is different from qty for any liquids.

Yes 1

6.3 Prescription should have the option to key in the diagnostic

code Yes 1

- 39 -

6.4 Drugs can be classified as Normal, Narcotic, Controlled etc 1

6.5 Facility to show the total amount of the bill and also any applied

discount for cash payment patients only Yes 1

6.6 Facility to apply dispensing fee for the first prescription only Yes 1

6.6 System to alert for duplicate drug prescription while

prescription 1

6.8 System should display available stock Yes 1

6.9 System must automatically choose the batch or batches for the

prescribed medicine instead of manual selection of batch Yes 1

6.1 System must have the facility to partial dispensing of medicine. Yes 1

6.11 System should clear the patient from waiting list only if fully

dispensed 1

6.12 System to print pharmacy labels - 1

Sub Total 12

7.0 Procurement & Stocks 1

7.1

Tender based drug procurement module is required where

quotes are emailed and compared for analysis and purchase

orders to be raised accordingly.

Yes 1

7.2 Receipt of goods / drugs should be through MRN and GRN

processes where stocks are updated Yes 1

7.3 Indent based and approval based procurement of drugs Yes 1

7.4 Direct Purchase entry should be available where stocks can be

purchased and update a stock for a specific store. Yes 1

7.5 Automated Reorder level based Procurement of drugs should be

available Yes 1

- 40 -

7.6

System must track Reorder Level, Reorder Qty, Minimum, and

Maximum stock quantity for every location. It can be for main

location and also for sub-location

Yes 1

7.7

System must convert lowest dispensing UOM to highest

purchase qty automatically. For eg, bottles to cartons or tabs to

strips or packs

Yes 1

7.7 System must have multi-locational stock tracking Yes 1

7.9 Selling price to be calculated automatically based on rules Yes 1

7.1 System should have the facility to link drugs to favorite suppliers Yes 1

7.11

Automatic purchase order system where system should

generate purchase orders for all those items which are below

ROL and tag the items to those preferred suppliers.

Yes 1

7.12 Facility to create manual purchase order where suppliers and

items are selected manually. Yes 1

7.13

Purchase order approval based on the levels of authority .

System should be flexible to be configurable by the IT admin

users of the hospital

Yes 1

7.14

Facility to have levels of goods receipt process. System should

accommodate atleast 3 levels of goods receiving before

affecting the inventory levels of the location. For eg, Material

receipt at Level 1, Material check at level 2 and Goods Receipt

note at Level 3 where it affects the stock, affects the sale price

and posts in to payables.

Yes 1

7.15 Inter departmental stock transfer should be available at cost

price 1

7.16 System to return goods based on the GRNs 1

Sub Total 16

- 41 -

8.0 Inpatient Management

8.1 System should have the ability directly admit the patient into IP

/ convert from OP to IP Yes 1

8.2 System not to allow duplicate IP visit of the patient untill the

patient's bill has been finalized 1

8.3 System not to allow bed allocation for the cash patients if the

deposit has not been collected Yes 1

8.4 System should be able to capture advance deposits towards

future IP admission 1

8.5 Graphical representation of actual bed positions should be

available Yes 1

8.6 Bed blocking ability with reason for blockage (maintenance,

cleaning fumigation etc). 1

8.7 Bed unblocking can be at housekeeping level or up on discharge

summary. This can be dynamically be configurable. 1

8.7 System should calculate bed charges and other mandatory

charges automatically with out any manual intervention Yes 1

8.8 System should have the flexibility to calculate bed charges on

daily or 12 hour basis and post to the bill automatically Yes 1

8.1 System should have facility to do bed transfers Yes 1

8.11 System to apply new bed rates if bed transfer is done. Yes 1

8.12 System should provide Interim invoices in various formats at any

point during the length of the stay. Yes 1

8.13 Nurse should be able to capture the vitals as and when taken

and it should provide graphical view of the vitals dynamically 1

- 42 -

8.14 Nurse should be able to capture nurse care notes and activities

of the patient 1

8.15 Nurse should be able to capture INPUT & OUTPUT and ability to

print them 1

8.16 Nurse should be able to request for

lab/radiology/service/pharmacy Yes 1

8.17

System should be capable of dispensing drugs from sub-location

or option to change the location dynamically to dispense drugs.

Once the location chosen, it should affect the stock.

Yes 1

8.17 Ability to track all the drugs dispensed or issued to the patient Yes 1

8.18 Ability to chart prescribed of the patients as per the dosage and

hour to administer drugs and capture activity done with notes . 1

8.2 Ability to accept drug returns from patients if unused Yes 1

8.21 Ability to view drug statements with issue and returns for easy

reconciliation 1

8.22 Ability to take various inpatient reports such as active patients,

total spent per patient, bed occupancy etc 1

Sub Total 22

9. Configuration Module and Administration

9.1 Ability to upload hospital logos, colors Yes 1

9.2 System should have audit trails and view even logs Yes 1

9.3 System should allow upload of any files for online review 1

9.4 System should produce delivery notes for insurance companies

for delivery purposes Yes 1

9.5 System to record of hospital employee, their address, telephone

number, email address , Mobile Nos. etc 1

- 43 -

9.6 System should be able to export any data of the application in

excel/pdf/csv format Yes 1

9.7 Ability to create database for training for the users Yes 1

9.7

System should have facility to upload all the masters through

user interface mechanism where IT admin users can do it

themselves

Yes 1

9.9 Facility to create templates of a transaction form by uploading

of an excel/pdf/csv with set formats 1

9.1 Facility to create statistics with user friendly queries on the data

through User Interface Yes 1

9.11 System must have smart-card integration for data exchange Yes 1

9.12 System should be able to be configured with biometric device

for capture of patient's finger prints for identification 1

Sub Total 12

10. Backup/Restore Module

10.1 System should have automated backup facilities Yes 1

10.2 System must support Disaster Recovery procedures as per the

Industry standard Yes 1

Sub Total 2

11. MIS Reports

11.1

Extensive reports on any data captured in the system.The

reports must also be uploaded to partner supported systems:

ADT, KEMSA ERP, TiBU, eCSM and iHRIS, DHIS2 and MFL/MCUL

Yes 1

11.2 Reports related to clinical data Yes 1

11.3 Reports related to Financial data Yes 1

11.4 Reports related to top management report Yes 1

- 44 -

11.5 System should have in built report and chart designer Yes 1

11.6

System should have the integrated open source report designer

tool for dynamic creation of any customized reports as and

when need arises

Yes 1

Sub Total 6

12. MIS Dash Board

12.1 System must have individual role based Dashboards 1

12.2 Dashboards can be in the form of pure statistics ( Eg: number of

total registrations), Favourite reports, Chart based reports Yes 1

12.3 All dashboards must be realtime. 1

12.4 The System should be able to integrate with county existing SAP

BI 4.0 Yes 1

Sub Total 4

13. Technology, Support and Implementation

13.1

System must be on industry recognized open source technology

and must conform to basic Standards and Guidelines set out by

the Ministry Of Health on EMRs

Yes 1

13.2 System must be compatible with Linux and Windows Operating

system Yes 1

13.3 System should run off one single server as compared to having

multiple servers for application and database Yes 1

13.4

System can be deployed in a centralized and decentralized

manner where data can be synced to a central server at periodic

intervals.

Yes 1

13.5 Commit to go live in a span of 90 days from the date of award of

contract 1

13.6 Commit to provide six months onsite support after post go-live 1

- 45 -

13.7 System should be able to integrate with the current county

revenue collection system(provide evidence) Yes 1

Sub Total 7

Grand Total 134

- 40 -

SECTION VII - STANDARD FORMS

Notes on the standard Forms

7.1. 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.

7.2. Price Schedule Form - The price schedule form must similarly be completed and submitted with the tender.

7.3. 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.

7.4. Confidential Business Questionnaire Form - This form must be completed by the tenderer and submitted with the tender documents.

7.5. Tender Security Form - When required by the tender document the tenderer shall provide the tender security either in the form included hereinafter.

7.6. Evaluation Response Forms - These forms should be completed by the tenderer and submitted with the tender documents as it will be used for technical evaluation.

7.7. Tenderers Experience Requirement Form - This form should be completed by the

tenderer and submitted with the tender documents as they will be used for evaluation.

7.8. Station Visit Certificate -This certificate should be signed by the Station Head or his appointed nominee and submitted with the tender documents as it will be used for evaluation.

- 41 -

Standard Forms 7.1 FORM OF TENDER

To: THE COUNTY SECRETARY P. O. Box 2344 -00900

KIAMBU Sir/Madam:

Date Tender No. KCG/HEALTHSERVICES/38/2014-2015

Having examined the Tender documents including Addenda Nos.[insert addenda numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer SUPPLY, IMPLEMENTATION AND COMMISSIONING OF A HEALTH MANAGEMENT AND INFORMATION SYSTEM FOR LEVEL 2 AND THREE IN KIAMBU COUNTY 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.

We undertake, if our Tender is accepted, to deliver the Services in accordance with the delivery schedule specified in the Schedule of Requirements.

We agree to abide by this Tender for the Tender validity period specified in Clause 2.13 of the Appendix to Instructions to Tenderers, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

We are not participating, as Tenderers, in more than one Tender in this Tendering process.

Our firm, its affiliates or subsidiaries – including any subcontractors or suppliers for any part of the contract – has not been declared ineligible by the Government of Kenya under Kenyan laws.

Until a formal Contract is prepared and executed, this Tender, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.

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

We certify/confirm that we comply with the eligibility requirements as per ITT Clause 3 of the Tender documents

Dated this (Name)

day of 20 .

- 42 -

[signature] [in the capacity of] Duly authorized to sign Tender for and on behalf of

- 43 -

7.2 PRICE SCHEDULE OF SERVICES

Name of Tender: SUPPLY, IMPLEMENTATION AND COMMISSIONING OF A HEALTH MANAGEMENT AND INFORMATION SYSTEM FOR LEVEL 2 AND LEVEL 3 IN KIAMBU COUNTY

Tender Number: KCG/HEALTHSERVICES/38/2014-2015

Based on the information contained in the Description of Services, Tenderers should provide a breakdown of costs in the format shown below. The cost should include applicable taxes.

a) FINANCIALS DOCUMENT

(i) Upgrade Services

- 44 -

(i) Implementation of an Automated Receipting System

BILL OF QUANTITIES

1. The Schedule of Prices has been prepared for the purpose of identifying the total cost of the items as specified in the Contract per station.

2. The bidder shall complete and duly signed Schedule of Prices in ink and the

Total Price shall include everything to be supplied as specified in the technical specifications.

NOTE

The price schedules as tabulated above serve as a guide and are not exhaustive. The bidder must itemize ALL items (Hardware, Software(s), Active devices, Passive devices, cabling materials etc) necessary to meet the specifications and requirements of the system as described elsewhere in this document.

3. The prices given shall be verified by the bidder as being totally inclusive of all

activities required to supply the working system in accordance with the Contract.

4. The bidder shall include all applicable Statutory Taxes and Duties.

5. Monthly Service fees works shall include:

The charge for service engineers for onsite periods specified by the

bidder. Travel time and costs to and from site including costs of

food and lodging Service and support fees for the duration of the

contract.

Signature and Rubber Stamp of tenderer

- 45 -

7.3 CONTRACT FORM THIS AGREEMENT made the day of 20 between…………[name of

procurement entity] of ……………….[country of Procurement entity](hereinafter called “the Procuring entity”) of the one part and ……………………[name of tenderer] of ……….[city and country of tenderer](hereinafter called “the tenderer”) of the other part.

WHEREAS the procuring entity invited tenders for certain materials and spares. Viz……………………..[brief description of materials and spares] and has accepted a tender by the tenderer for the supply of those materials and spares in the spares in the sum of ………………………………………[contract price in words and figures]

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

7.3.1. In this Agreement words and expressions shall have the same meanings as

are respectively assigned to them in the Conditions of Contract referred to.

7.3.2. 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 Procuring entity’s Notification of Award.

7.3.3. In consideration of the payments to be made by the Procuring entity to the

tenderer as hereinafter mentioned, the tenderer hereby covenants with the Procuring entity to provide the materials and spares and to remedy defects therein in conformity in all respects with the provisions of the Contract

7.3.4. The Procuring entity hereby covenants to pay the tenderer in consideration of

the provision of the materials and spares 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.

Signed, sealed, delivered by the (for the Procuring

entity) Signed, sealed, delivered by the (for the tenderer)

in the presence of .

- 46 -

7.4 CONFIDENTIAL BUSINESS QUESTIONNAIRE

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 ……………………………………… Email .......................... ................................................... 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 …………………………………………………….. Part 2 (b) –

Partnership Given details of partners as follows Name Nationality Citizenship details Shares

1. ………………………………………………………………………………………… 2. ………………………………………………………………………………………… 3. ………………………………………………………………………………………… 4. ………………………………………………………………………………………… 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. …………………………………………………………………………………………

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

- 47 -

7.5 FORMAT OF TENDER SECURITY INSTRUMENT Whereas ………… [Name of the tenderer] (hereinafter called “the tenderer”) has submitted its tender dated ……… [Date of submission of tender] for the …………… [Name and/or description of the tender] (hereinafter called “the Tender”)

KNOW ALL PEOPLE by these presents that WE ………………… of ………… [Name of Insurance

Company] having our registered office at …………… (hereinafter called “the Guarantor”), are bound unto …………….. [Name of Procuring Entity](hereinafter called “the

Procuring Entity”) in the sum of ………………… (Currency and guarantee amount) for which payment well and truly to be made to the said Procuring Entity, the Guarantor binds itself, its successors, and assigns by these presents.

Sealed with the Common Seal of the said Guarantor this day of

20 . THE

CONDITIONS of this obligation are:

7.5.1. If after tender opening the tenderer withdraws his tender during the period of tender validity specified in the instructions to tenderers, Or

7.5.2. If the tenderer, having been notified of the acceptance of his tender by the

Employer during the period of tender validity:

(a) fails or refuses to execute the form of Agreement in accordance with the Instructions to Tenderers, 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 Procuring Entity up to the above amount upon receipt of its first written demand, without the Procuring Entity having to substantiate its demand, provided that in its demand the Procuring Entity 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 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 Guarantor not later than the said date.

[Date ] [Signature of the Guarantor]

[Witness] [Seal]

7.6 EVALUATION RESPONSE FORMS

7.6.1. Preliminary Evaluation Checklist

Tenderers are advised that at this stage, the tenderer’s submission will either be responsive or non- responsive. The non-responsive submissions will be eliminated from the entire evaluation process and will not be considered further.

No. Parameters / Requirements Submitted / Not Submitted 1 Copy of certificate of Registration/Incorporation

2 Copy of Valid Tax Compliance certificate 3 Must Fill the Price Schedule in the format provider 4 Must Fill the Form of Tender in the format provide 5 Must Submit a Tender Security of Kshs. 500,000 valid

for an additional thirty (30) days after the expiry of the tender validity period.

6 Must submit a dully filled up Confidential Business Questionnaire in format provided

7 Must submit copies of Audited accounts for 2010 & 2011 and must have a turnover of not less than not less than Kshs. 10 million.

7 Submit copy of valid NSSF Compliance Certificate or evidence of current Remittance of Employees NSSF Contributions

9 Submit Copy of valid NHIF Compliance Certificate or evidence of current Remittance of Employees NHIF Contributions

10 Proven Physical location of the company/Firm (attached evidence e.g. title deed, lease agreements or utility bills)

11 Valid direct manufacturers/developer authorization letter/certificate if not the manufacturer/developer or Proof of ownership if the bidder is the manufacturer e.g. patent registration/copyright/ intellectual property.

12 Station Site Visit Certificate signed by the Station Head or his appointed nominee.

7.7 BIDDER’S EXPERIENCE REQUIREMENTS FORM

Must give a list of 2 (five) reputable clients excluding The County Government of Kiambu for whom they have offered similar assignments in the format below. Please provide evidence (LPO/Award Letter. Completion Certificate) in addition to reference letters. No

.

Contact Information Details

1 Name of company____________________________________

Name of contact person____________________________________

Designation____________________________________

Telephone number____________________________________

e-mail address____________________________________

Site Location____________________________________

2 Name of company____________________________________

Name of contact person____________________________________

Designation____________________________________

Telephone number____________________________________

e-mail address____________________________________

Site Location____________________________________

7.8 Site Visit Certificate

CERTIFICATE OF SITE VISIT

This is certification that

________________________________________________________________________________

(Name of Person)

as authorized representative of:

________________________________________________________________________________

(Name of Firm)

________________________________________________________________________________

(Firm’s Address)

visited the job site for verification of conditions for the:

________________________________________________________________________________

(Name of Project)

on

_________________________________________________________________________________

(Date of Visit)

_________________________________________________________________________________

(Signature of Owner’s Representative or designated site authority)

Attention: This Certification of Site Visit must be completed and submitted with your bid package. If multiple locations are involved, provide a separate form for each

7.8 Method of Award Right of Acceptance and Rejection: KCG reserves the right to accept any or all proposals and to waive

any formalities, informalities, and deviations, which, in its opinion, best serve the interests of the KCG. KCG is not bound to accept your proposal.

Vendor Selection: It is the intent of the KCG to select only responsible and responsive bidder.

Basis of Award: An evaluation team will judge the merit of proposals received accordance with the general criteria defined within this document. The following criteria will be taken into consideration when making evaluations of proposals.

Area Sub-area Assigned %

Weight

Specific Notes

Preliminary

evaluation

Compliance evaluation Pass or Fail Vendors who do not comply

with the mandatory

requirements will be

eliminated at this stage.

Technical

(70%)

Desktop evaluation 30% Vendors move to the demo

stage (subject to attaining a

score of 21% out of 30%

from the Desktop

evaluation)

Demonstration of

solution/ Proof of

concept

35% Solution demonstrations

move to the site visit and/or

reference calls stage.

Number of Reference

Sites and/or

reference calls

All claims by the vendor

shall be the subject of

confirmation through a

site visit and/or

reference call. The

vendors shall obtain

and submit formal

authorization for

proposed client sites for

the visits before

solution

demonstrations

15% All vendors whose site

visits/reference calls are

successful will proceed to

financial evaluation subject

to an overall score of

Technical score of 75% (60

out of 70).

Financial 20% Financial proposals will be

scored using the formula

Area Sub-area Assigned %

Weight

Specific Notes

(20%) provided in this RFP

document.

Total 100% Vendors will be ranked

based on overall score. KCG

will commence negotiations

with the highest ranked

vendor. Should negotiations

fail, KCG will proceed to

negotiate with the next best

vendor.

Notes:

i. Technical capability which will be assessed through desktop evaluation, solution demonstration and site visits based on the weights above will be scored as follows:

Desktop Vendor

presentation

and Solution

Demo

Site Visit/

Reference

calls

Total

Experience of the firm 5.5 6.5 3 15

Qualifications and experience of

the proposed team 5.5 6.5 3 15

Global Presence 10 4.5 3.5 17

Implementation methodology,

work plan, service management

and Completeness of the solution

based on the detailed

requirements

21 22 9 52

Total 42 39.5 17.5 100