TERMS OF REFERENCE (TOR) FOR PROVISION OF MOBILE ACCESSIBILITY SERVICE - RFQ/UFAA/015/2017-2018 Introduction The Unclaimed Financial Assets Authority (UFAA) is a state corporation established under the National Treasury pursuant to the Unclaimed Financial Assets Act No. 0 of 2011. The primary mandate of the Authority is to receive unclaimed financial assets from holders of such assets on behalf of the Government of Kenya, safeguard these unclaimed assets and re-unite these assets with their rightful owners. Objective The Unclaimed Financial Assets Authority would like to leverage on the mobile data technology to reunite assets to their rightful owners. The Authority is therefore seeking bids from competent bidders to implement mobile data technology services that can facilitate and enhance the reunification process. Scope of the Assignment. i. Shared USSD service for querying specific information from the Unclaimed Financial assets system ii. iii. iv. Integrate the application with a database to enable potential claimants search for their unclaimed assets Advice the authority on any costs related to third parties and hosting of the services Provide support for any scalability and enhancement of the system in future v. Ensure UFAA staff are adequately trained and equipped in the usage of the application vi. Integration with the IPRS WEB SERVICE. Page 1 of 6
EVALUATION CRITERIA MANDATORY REQUIREMENTS The bids shall undergo a general pre-qualification process in order to determine the bid compliance to the following mandatory requirements. Tenderers are required to comply to the following requirements, failure to which the firm shall not proceed with the next stage of evaluation: No Description of requirement Pass/Fail 1 Attach copy of certificate of registration/incorporation 2 Attach a Valid Tax Compliance Certificate. 3 Filled confidential business questionnaire The latest two financial years (2) audited accounts 5 Submit a License with Communication Authority of Kenya (CA) as a Content Service Provider (CSP) or Application Service Provider (ASP) Failure to submit any of the above mentioned documentation will lead to disqualification at the stage. The bidders that will meet all the mandatory requirements above will qualify to proceed to the next stage of evaluation. Page 2 of 6
TECHNICAL EVALUATION EVALUATION FOR FUNCTIONAL REQUIREMENTS All the bids admitted at the general pre-qualification (mandatory requirements) stage shall be subjected to a technical compliance evaluation based on the set criteria as per the table below. Bidders MUST respond to ALL the requirements on a clause-by-clause basis (under the Bidder s Offer column) stating clearly how their solution meets the requirements against the minimum specifications. Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE. Responses such as "complied", "possible to do", " ", "meets" will be considered as NON- RESPONSIVE and will not be awarded any scores. No Feature Bidders Response Score 1 USSD 28 The USSD sub code provided to UFAA to serve its customers should be accessible to ONE licensed and operational mobile network operator. It is the responsibility of the bidder to enable USSD services across the mobile network operators. The authority shall consider statistics given by the CAK to determine the leading MNOs. The USSD code provided should be a dedicated subcode to UFAA e.g. *787*6# The bidder shall be responsible for provision of the USSD interface and menus as per UFAA s business requirements. All USSD transactions will require confirmation prior to submission. The USSD service should be able to accept a minimum of fifty (50) simultaneous connections. Ability for recipients to subscribe/unsubscribe at any time with ease Page 3 of 6
USSD service session timeout should be configurable, but not less than 180 seconds. Other Requirements Under Technical Evaluation Proof of technical competence (CV s of technical staff to be involved in this project) 12 1. Provision of two (2) relevant CVs of ICT technical staff and one (1) staff with business knowledge (Mks for each staff) Degree holder mks others 2mks The Company shall provide evidence of experience (reference sites) in providing SMS and USSD services for a period of not less than three (3) years. Reference Sites relevant to this project (at least three and include a brief of work done or services rendered, value of contracts, duration of project, and contact person with both reachable phone number and email). Bidders to provide evidence of serviced LSOs or signed contracts. 3 marks assigned for each site together with its LSO and/or recommendation letter (Max 9Mks). 2 Mark for evidence provided that the company has experience in offering USSD services for a period of not less than three years. Less than three years will attract no score (Max 6Mks). 15 Training plan for end users of the solution and the ICT staff responsible for administration, maintenance and support 5 Page of 6
Methodology (This will be assessed during the demonstration s) 30 Detailed description and adequacy of methodology for supply, delivery and duration of the proposed project deliverables (12Mks) Detailed implementation plan o Activities (3Mks) o Resources required (3Mks) o Timelines (3Mks) o Gantt chart (3Mks) List of final documents and reports to be delivered as final output(s) including their delivery dates. (6Mks) Note Only tenders who score 75% on the above technical evaluation will qualify for financial evaluation 3. Financial Evaluation The maximum score under this stage of evaluation is 30%. Project Implementation/ Service Set Up and recurrent costs Financial Evaluation (30 Marks) The following criteria shall be used in this sub section: Financial Evaluation Score = Lowest Quoted Amount x 30% Bidder Quoted Amount The bidders shall be expected to quote for the following: No. Item Description Cost Note 1. Project Implementation/Service Set up cost (one off) Bidder to provide an itemized list detailing the Service Set up costs and the monthly recurrent costs to be incurred for one year Bidder with the highest cumulative total score (Technical + Financial) will be recommended for award. Page 5 of 6
Submission of quotations The completed combined quotation in plain sealed envelope marked Provision of mobile accessibility service - RFQ/UFAA/015/2016-2017 with complete tender documents should be addressed to:- The Chief Executive Officer Unclaimed Financial Assets Authority P.O. Box 28235-00200 Nairobi Tel. +25-330/0706 86698 www.ufaa.go.ke And be deposited in the quotation box located at the second floor reception area of Unclaimed Financial Assets Authority, Pacis Centre, Slip Road Off Waiyaki Way Westlands, Nairobi so as to be received on or before 30 th November, 2017 at 12.00Noon Page 6 of 6