Invitation for Bids (IFB) IFB Number: NITA-U/SUPLS/16

Invitation for Bids (IFB)
IFB Number: NITA-U/SUPLS/16-17/000008
Loan/Credit Number: 5635-UG
Project No. P130871
Project: Regional Communication Infrastructure Program (RCIP) Uganda
Description: Supply, Installation, Commissioning and Maintenance of an eGovernment Procurement System for Government of Uganda
1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this
project that appeared in UNDB online on 03 July 2015.
2. The Government of Uganda represented by the National Information Technology
Authority – Uganda (NITA-U) has received a credit from the International
Development Association towards the cost of Regional Communication Infrastructure
Program (RCIP) Uganda, and it intends to apply part of the proceeds of this creditto
payments under the agreement(s) resulting from this IFB: Supply, Installation,
Commissioning and Maintenance of an electronic Government Procurement (e-GP)
System for Government of Uganda.
3. The National Information Technology Authority – Uganda (NITA-U) serves as the
implementing agency for the project and now invites sealed bids from eligible Bidders
for the Supply, Installation, Commissioning and Maintenance of an e-GP System for
Government of Uganda. The e-GP System offered by the bidder MUST function as a
full unitary e-Procurement System to assist the government to carry out complete
public procurements electronically, and include major modules for:











e-GP Portal and module for the information publication based on open
contracting data standards and geotagging.
Registration for bidders and PDE users
e-Bidding (covering procurement and disposal methods supported by public
procurement law and regulations for Uganda; from Annual Procurement Plan
to signing of contract)
e-Auctioning
Contract Management
Framework Agreements and their management
Supplier performance management
e-Payments
Administrative reviews
e-Catalog
Authentication and Authorization Functionality





Workflow management
e-Procurement Management Information System
User-specific administrative dashboards
User Activities and System Audit trails
Online Help.
The selected firm shall implement the e-GP System and also provide training, and
relevant support / maintenance during warranty period. The e-GP System shall be in
English language.
The e-Procurement Software supplier has two options for delivery of the eProcurement software component. The e-Procurement System can be custom
developed or can deliver of a commercial Off-The-Shelf e-procurement solution with
required customization and configuration. In either case, the e-Procurement system
shall comply with all the business, technical and functional requirements stipulated in
this document and other requirements identified and mutually agreed by the Supplier
and the Purchaser.
The e-Procurement system shall be required to be interfaced with external systems
such as the Integrated Financial Management System (IFMS) under Ministry of
Finance, Planning and Economic Development (MoFPED), eTax and tax and VAT
clearance under Uganda Revenue Authority (URA), information about Providers
Business registration, National ID, and daily information on currency exchange (if the
services are available during the implementation of e-GP system) and any other such
systems as may be determined by Public Procurement and Disposal of Public Assets
Authority (PPDA).
4.
Bidding will be conducted using the International Competitive Bidding (ICB)
procedures specified in the World Bank's Guidelines: Procurement under IBRD Loans
and IDA Credits, edition of January 2011 revised July 2014), and is open to all
Bidders eligible as defined in these Guidelines that meet the following minimum
qualification criteria:
The Bidder:
a)
should have developed and implemented at least one (1) public sector e-GP
system. The Bidder should submit a detailed description of the functional and
technical features as well as architecture of the referenced e-procurement
system(s) and its complete functional scope, details of the of the relevant eprocurement project references, Letters of Certification (from clients or certified
auditors) and contact information (i.e. telephone and e-mail addresses) of client to
support the claims of previous experience;
b) At least 5 years of working experience with public sector in ICT and procurement
related applications development/customization.
c)
d)
e)
f)
g)
h)
shall have evidence of establishment of internationally recognized or homegrown quality process in software development (quality process should be
submitted);
must demonstrate average annual turnover of at least twice the bid price over
the past three years, i.e. (2013, 2014 and 2015);
The bidder should have successfully implemented at least one assignment that
involved significant software customization and integration with other external
systems.
The bidder should have experience in integrating system solutions with Oracle
e-business suite.
must provide a certificate of engagement and proof of availability of all the
proposed staff for the project signed by the staff (Bidders will be required to use
the sample form 3.5.6 and 3.5.6a provided under Section VII Sample Forms in the
bidding document).
Bidders shall use the sample forms provided under Section VII Sample Forms in
the bidding document).
5.Interested eligible Bidders may obtain further information from The National
Information Technology Authority – Uganda (NITA-U) and inspect the bidding
documents at the address given belowfrom 09:00Hrs to 16:00Hrs. A pre-bid meeting
which potential bidders may attend will be held on 06 July, 2106 at 10:00 am at The
National Information Technology Authority – Uganda (NITA-U), Plot7A, Rotary
Avenue Palm Courts P. O. Box 33151
.
6.
A complete set of bidding documents in English may be purchased by bidders at the
address below against a nonrefundable fee of UGX 180,000 (Uganda Shillings One
hundred and Eighty Thousand only).
A hard copy set of the bidding documentsmay be purchased by interested Bidders on
submission of a written application to the address below and upon payment of a
nonrefundable fee of UGX 180,000 or the equivalent in any other freely convertible
currency .
The method of payment will be to: the NITA-U Cashier or bank account number:
006550058000001, customer name: national information technology authority, Uganda
(nita-u), account title: NITAU local revenue expenditure account, bank name: bank of
Uganda swift code: ugbaugka The document will be picked by the potential bidder from the
address given in (8) below.
7.
Bids must be delivered to the address below at or before 11:00Hrs, 11thAugust 2016.
Bids need to be secured by a Bid Security. The amount of Bid Security required
is USD 15,000. Late bids will be rejected. Bids will be opened in the presence of
Bidders' representatives who choose to attend at the address belowat 11:10 Hrs, 11th
August, 2016
8.
The attention of prospective Bidders is drawn to (i) the fact that they will be required
to certify in their bids that all software is either covered by a valid license or was
produced by the Bidder; and (ii) that violations are considered fraud, which can result
in ineligibility to be awarded World Bank-financed contracts.
National Information Technology Authority of Uganda
Plot7A, Rotary Avenue
Palm Courts
Kampala, Uganda
Tel: +256 (417) 801038
Email Address: [email protected]
Website: www.nita.go.ug