KENYA ROADS BOARD ADDENDUM FOR CONSULTANCY SERVICES TO CARRY OUT ROAD USER CHARGES STUDY AND DEVELOP A ROAD MAINTENANCE FUNDING POLICY

Similar documents
PROCUREMENT OF CONSULTANCY SERVICES TO DEVELOP ROADS 2000 POLICY

PROCUREMENT OF CONSULTANCY SERVICES TO DEVELOP ROADS 2000 POLICY FOR THE ROAD SUB-SECTOR

REQUEST FOR PROPOSAL DOCUMENT CONSULTANCY SERVICES FOR CUSTOMER SATISFACTION SURVEY FOR PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA)

RE- ADVERTISEMENT REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES ON THE PRIVATIZATION OF PUBLIC SECTOR OWNED HOTELS

WAJIR COUNTY GOVERNMENT

IDB CAPITAL LIMITED IDB CAPITAL LIMITED

RE-ADVERTISEMENT REQUEST FOR PROPOSAL DOCUMENT FOR

New Homes Baseline and Market Characterization Evaluation Question & Answer July 19, 2016

REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL AND DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

EXPRESSION OF INTEREST. for. Bancassurance System

Request for Proposal (RFP)

REQUEST FOR PROPOSAL PROVISION OF EXTERNAL INFORMATION SYSTEM AUDIT SERVICES GDC/RFP/ARC/027/2017:2018

REQUEST FOR PROPOSAL

RE-TENDER FOR REQUEST FOR PROPOSAL (RFP) FOR CONSULTANCY SERVICE TO REVIEW AND DEVELOP THE NATIONAL BROADBAND STRATEGY

MINISTRY OF MINING REQUEST FOR PROPOSAL (RFP) RFP/MOM/012/

THE COUNTY GOVERNMENT OF WAJIR REQUEST FOR PROPOSALS

KGN-LEG REQUEST FOR PROPOSALS (RFP) FOR CONSULTANCY SERVICES FOR INSURANCE RISK ASSESSMENT AND ADVISORY SERVICES IN KENGEN (FIRMS SELECTION)

REQUEST FOR PROPOSALS (RFP) FOR

, OFFICIAL. The World Bank Office, INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT INTERNATIONAL DEVELOPMENT ASSOCIATION.

SPECIAL TENDER CONDITIONS FOR THE

REPUBLIC OF KENYA THE NATIONAL TREASURY P. O. BOX NAIROBI REQUEST FOR PROPOSALS (RFP) FOR

DanChurchAid Kenya/Ethiopia. REQUEST FOR Audit service for DCA Office running Budget CONTENTS OF THIS TENDER

Selection of Consultants

REPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS

REQUEST FOR PROPOSAL RFP-RCU2012Q2/1

GUIDELINES FOR CCM FUNDING

IPP TRANSACTION ADVISOR TERMS OF REFERENCE

PART I PRELIMINARY. 1. These Regulations may be cited as the Public Finance Management (Climate Change Fund) Regulations, 2018.

REQUEST FOR PROPOSAL (RFP) #3512 AUDIT SERVICES. School District of Lancaster. February 9, 2015

CLOSING DATE: 10 TH MARCH, 2017 TIME: 12:00 NOON

REQUEST FOR PROPOSAL (RFP) For Auditing Service

!" # $%&&!"# '++("%) " " $ % & ' # % # ' ) * +, -*. / # 1 2* 32 *4 # # !" 0 ' 3 " / 5 * ( 9 " ' %""!00%%35:

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.:

COUNTY GOVERNMENT OF KIAMBU

PART I PRELIMINARY 1. These Regulations may be cited as the Public Procurement and Disposal (Preference and Reservations) Regulations, 2011.

ELECTRICAL EMPLOYERS SELF INSURANCE SAFETY PLAN

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF PUBLIC WORKS

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

Open International Tender (OIT) Government of Kenya, Office of the Attorney General and Department of Justice Nairobi/Kenya. Tender Document.

REQUEST FOR PROPOSAL

COUNTY GOVERNMENT OF KIAMBU

INSTITUTE OF CERTIFIED PUBLIC ACCOUNTANTS OF KENYA. The Accountants Act No.15 of 2008

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

SUDBURY EAST PLANNING BOARD

PASCHIM BANGA GRAMIN BANK HEAD OFFICE NATABAR PAUL ROAD, CHATTERJEEPARA MORE, TIKIAPARA, HOWRAH, WEST BENGAL INDIA.

Request for Proposal Supply & Install Generators at District Health Centers Project

Electricity (Development of Small Power Projects) GN. No. 77 (contd.) THE ELECTRICITY ACT (CAP.131) RULES. (Made under sections 18(5), 45 and 46))

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

DRAFT STANDARD PROCEDURES DOCUMENT FOR PREPARING FRAMEWORK AGREEMENTS PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) OCTOBER 2018

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR PROPOSALS

NEW JERSEY ECONOMIC DEVELOPMENT AUTHORITY. COMPETITIVE SOLICITATION For EARLY STAGE TECHNOLOGY VENTURE FUND INVESTMENT

Financial workshop. Creative Europe - Culture 10 October 2018

COUNTY GOVERNMENT OF KIAMBU

REPUBLIC OF KENYA PARLIAMENT OF KENYA TENDER NO. NA/01/

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

Expression of Interest for the Development, Design, Finance, Build, and Operate Watalii Street Plot, Nairobi

Request for Proposal for Actuarial Audit Services. March 20, 2017

TENDER DOCUMENT FOR. PROVISION OF PROPERTY MANAGEMENT SERVICES (Re-advertisement) TENDER NO. KRA/HQS/NCB-051/

CENTRAL BANK OF KENYA REGULATIONS FOR DESIGNATION OF A PAYMENT SYSTEM

INVITATION TO BID-Building Renovation 83 Woolsey Street, New Haven, CT 06513

JORDAN. Terms of Reference

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

THE NATIONAL CREDIT REGULATOR SEPTEMBER 2017 TERMS OF REFERENCE FOR THE APPOINTMENT OF AN ADVERTISING AND MEDIA BUYING AGENCY RFP NUMBER: NCR445/09/17

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Women s Leadership Training in Sri Lanka RFP/17/027

1.12 Date of budget revision submission: Enter the month and year the budget revision was submitted for approval Prepared by: Enter the name of

MATSAPHA TOWN COUNCIL

MACHAKOS UNIVERSITY. ISO 9001:2008 Certified PROPOSED TUITION AND OFFICE BLOCK AT MACHAKOS UNIVERSITY, MACHAKOS COUNTY.

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES GENERAL INSURANCE CONSULTANT. ISSUE DATE: December 18, 2017

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

REQUEST FOR PROPOSALS FOR PROFESSIONAL EXTERNAL AUDITING SERVICES RFP No

FORM OF TENDER. Lead Consultancy for Labasa Office (Vatunibale) Restoration Project. June 4, 2018

SPECIAL CONDITIONS OF TENDER

KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONTRACTUAL SERVICES TO SUPPLY INSTALL AND COMMISSION VIDEO CONFERENCING EQUIPMENT

REQUEST FOR PROPOSAL

Pre-Proposal Conference on Web-based RMS:

REQUEST FOR TENDERS ANALYSIS OF IMPLICATIONS OF THE PROPOSED ESTABLISHMENT OF A TRIPARTITE FTA BETWEEN COMESA, SADC AND THE EAC ON SACU

Request for Proposal

MINISTRY OF AGRICULTURE, LIVESTOCK & FISHERIES

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

12 April, Introduction

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

DRILLING & DISTRIBUTION OF KISIMUNI, KWA KASILIA, MWANYANI & KITONGUNI BOREHOLES. TENDER No. GMC/W/T/37/2017/2018 FINAL BID DOCUMENT

INVESTMENT ADVISORY SERVICES REQUEST FOR PROPOSAL Proposal Due: 4:00 p.m., Tuesday, February 20, 2018

Specifications Invitation to tender No VT/2007/003

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

ICPAK Tax Principles Workshop. 22 February 2016

DELHI METRO RAIL CORPORATION LIMITED

REQUEST FOR QUALIFICATIONS ANNUAL FINANCIAL AUDIT NAVASOTA INDEPENDENT SCHOOL DISTRICT

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

CLOSING DATE & TIME: 26 th April 2018 AT 2.00PM (1400HRS)

City of Caribou, ME Request for Proposals for Annual Independent Financial Auditing Services

Table 1: Rates for typing and duplicating undertaken by the consultant himself

Envelop Year Employer Description of Works Amount Contractor s Responsibility (%) Total

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

Transcription:

A. INTRODUCTION During the pre- proposal conference for consultancy services to carry out Road User Charges Study and develop a Road Maintenance Funding Policy, held on 6 th February, 2018, the following issues were raised and responded as here below: B. ISSUES RAISED BY BIDDERS DURING THE PRE PROPOSAL CONFERENCE 1) Issue Raised: Under 2.1.4 pg. 14, the client was requested to provide letters of introduction to the consultant when carrying out the interviews with various stakeholders. Response: The management has considered the request and agreed to provide letters of introduction to consultants when carrying out interviews with various stakeholders. 2) Issue Raised: Under 2.3.3(v), bidders sought a clarification on whether the requirement for the Financial Analyst to possess other national or international professional membership would be considered as equivalent of ICPAK. In addition, bidders sought a clarification on the minimum of 5 years experience in auditing, accounting and budgeting, financial analysis and reporting whether the experience was in all the listed areas or any of the listed fields. Response: The management considered the request and agreed that any recognized professional registration will be considered as an equivalent of ICPAK. In addition, the acceptable minimum of 5 years experience will be in auditing OR accounting & budgeting OR financial analysis and reporting. 3) Issue Raised: Under mandatory requirements, pg. 18, bidders sought to confirm if tax compliance certificates/documents from foreign registered firms will be considered as equivalent of tax compliance certificate from Kenya Revenue Authority (KRA). Response: The management considered the request and agreed that tax compliance certificates/documents from foreign registered firms will be considered as equivalent of tax compliance certificate from Kenya Revenue Authority (KRA). 4) Issue Raised: Under mandatory requirements pg. 18, bidders sought clarification on whether the mandatory requirements are applicable to each of the associating firms in case of a joint venture. Response: The management considered the matter and clarified that all the mandatory requirements are applicable to each of the associating firms in case of a joint venture. 5) Issue Raised: Under mandatory requirements pg. 18, whether letters of association from each member of the association would be a mandatory requirement in case of a joint venture. Page 1

Response: The management considered the issues and clarified that the letters of association from each member of the association would be a mandatory requirement in case of a joint venture. In addition, the members of the joint venture will appoint the lead firm and authorized representative by submitting power of attorney from each firm in the association. Bidders who do not conform to this mandatory requirement shall be considered non responsive. 6) Issue Raised: Under detailed technical evaluation under the criteria, general and specific experience related to the assignment, bidders sought clarification on what comprises office facilities, staff compliment and proof of registration as a consulting firm with relevant professional bodies. Response: The management considered the matter and clarified that:- (i) Issues to be considered under office facilities include a list of computers, vehicles, communication facilities. (ii) Issues to be considered under staff complement include the number and composition of staff. (iii) Proof of registration as consulting firm with relevant professional body is DELETED. 7) Issue Raised: Under Section IV - Financial proposal, bidders sought clarification on whether the notes and standard letter for submitting the financial proposal was necessary. Response: The management considered the matter and has attached the necessary forms - Appendix A & B. 8) Issue Raised: 2.3.4 (vii) pg. 17 Bidders sought clarification on how training will be carried out. In addition, under Terms of Reference (Reimbursable cost - Human Resource Capacity Building pg. 44, Bidders sought to clarify on how the item shall be costed noting that all the necessary details have not been provided. Response: The management considered the matter and clarified as follows: (i) (ii) Training shall be on the job. On Human Resource Capacity Building, a provisional sum has been set aside in the financial proposal to be used for specific trainings and benchmarking for KRB project management team. (Refer to 1. Summary of Costs - Revised Format - Appendix C) 9) Issue Raised: On contract period, the bidders requested for a review of the contract period from 9 months to 12 months for effective delivery of the assignment. Response: The management has considered the request and agreed to review the contract period from 9 months to 12 months. Therefore, bidders are requested to note 2.3.3(ii) pg. 15, 2.10.2 pg. 20, time schedule tables for consultancy and professional staff pg. 29, 4.1 pg. 42, and 2.3 pg. 61 have all been amended to read 12 months instead of 9 months. Page 2

10) Issue Raised: Under Terms of Reference, 10. Deliverables on Pg. 44, bidders sought clarification on whether the reporting time would be adjusted if the contract period would be changed from 9 months to 12 months. Response: The management considered the matter and has revised the reporting timelines as attached in Appendix D. 11) Issue Raised: One prospective bidder who did not attend the pre-proposal conference had earlier written an email requesting for extension of time for submission of the proposal. In addition, bidders present also requested for additional time for submission of the Request for Proposal based on the proposed key changes in the Tender document. Response: The management has considered the request and agreed to extend the date for submission of proposals from 14 th February, 2018 to 6 th March, 2018 at 12.00 noon. The other instructions on submission remain unchanged. C. OTHER ADDITIONAL REQUIREMENTS 1) Procurement of vehicles - Bidders are required to buy 2 No. vehicles for project management with the following specifications: New heavy duty utility passenger vehicle 4*4 L.W.B drive, diesel vehicles with engine capacity of between 2500cc 2800 cc. (Refer to 1. Summary of Costs - Revised Format - Appendix C). 2) Maintenance of vehicles the successful bidder will be expected to fuel and maintain the vehicles in 1 above limited to 36,000 km per vehicle per year at an average of 3,000 km per month per vehicle and pay for comprehensive motor vehicle insurance. (Refer to 1. Summary of Costs - Revised Format - Appendix C). 3) Provisional sum The provisional sum provided for in the financial proposal is for training and benchmarking for KRB project management team. The money will only be expended with the approval of KRB. (Refer to 1. Summary of Costs - Revised Format - Appendix C). 4) Estimated time inputs for key staff: pg. 42 & 43 As result of various changes introduced in the RFP, the estimated input for key staff is revised as follows: (i) Team Leader estimated time input changes from 9 (nine) to 12 (twelve) months. (ii) Civil/Highway Engineer- estimated time input changes from 9 (nine) to 12 (twelve) months. (iii) Financial Analyst- estimated time input changes from 3 (three) to 6 (six) months. (iv) Research Assistant - estimated time input changes from 9 (nine) to 12 (twelve) months. Page 3

APPENDIX A: FINANCIAL PROPOSAL Notes on preparation of Financial Proposal 4.1 The Financial proposal prepared by the consultant should list the costs associated with the assignment. These costs normally cover remuneration for staff, subsistence, transportation, services and equipment, printing of documents, surveys etc. as may be applicable. The costs should be broken done to be clearly understood by the procuring entity. 4.2 The financial proposal shall be in Kenya Shillings and shall take into account the tax liability and cost of insurances specified in the request for proposal. 4.3 The financial proposal should be prepared using the Standard forms provided in this part Page 4

APPENDIX B: FINANCIAL PROPOSAL SUBMISSION FORM pg. 30 [ Date] To: [Name and address of Client] Ladies/Gentlemen: We, the undersigned, offer to provide the consulting services for ( ) [Title of consulting services] in accordance with your Request for Proposal dated ( ) [Date] and our Proposal. Our attached Financial Proposal is for the sum of ( ) [Amount in words and figures] inclusive of the taxes. We remain, Yours sincerely, [Authorized Signature] [Name and Title of Signatory]: [Name of Firm] [Address] Page 5

APPENDIX C: 1. SUMMARY OF COSTS - REVISED FORMAT - pg. 30 Item No. Description No. Unit cost (Kshs.) Total (Kshs.) Cost 1 Remuneration 2 Reimbursables 3 Purchase of vehicles 2 4 Maintenance and fueling of vehicles 5 Comprehensive motor vehicle insurance 2 2 6 Miscellaneous 7 VAT (16%) 8 Total Tender Price for (1+2+3+4+5+6+7) 9 (a) Provisional sum( training & Benchmarking) 4,000,000.00 9(b) Extra Over item as a percentage on provisional for Overhead and Profit (% x 9 (a)) GRAND TOTAL TENDER PRICE ( 8+9a+9b) Page 6

APPENDIX D: DELIVERABLES The Consultant shall produce the following outputs: (a) Inception report: The report will outline the consultants understanding of the assignment, preliminary findings and proposed approach/ methodology and execution timetable for the assignment. This shall be prepared and submitted to KRB within two weeks after commencement of the Consultancy. (b) Monthly Progress/brief Reports: This shall be prepared and submitted to KRB on the 15 th of every month. (c) Draft Road User Charges Report and Draft Road Maintenance Funding Policy: Present the Draft Road User Charges Report and Draft Road Maintenance Funding Policy at a stakeholder s workshop 7 (seven) months after commencement of the Consultancy and prepare a workshop report. (d) Final Road User Charges Report and Road Maintenance Funding Policy on the 12 th (Twelfth) month after commencement of the Consultancy. The final policy will comprise a polished version of the incorporating comments made by stakeholders during validation workshop. (e) Consultant must submit twenty hard copies and a soft copy of the Policy documents to KRB. The soft copy must be in a ready to Print format, complete with the necessary designs and type settings. Page 7