All Tenders  →  Uganda

Supply, Installation, Commissioning and Maintenance of a Unified Messaging and Collaboration System for the Government of Uganda


National Information and Technology Authority

Bid notice date:
February 8th, 2017
Bid closing date:
February 24th, 2017
Bid document fee:
180,000 UGX
Bid security:
0 UGX
Procurement Ref No:
NITA-U/RCIP/SPLS/00006
Procurement Method:
Request For Proposals
Invitation for Bids (IFB)
NITA-U/RCIP/SPLS/00006
Uganda
REGIONAL COMMUNICATIONS INFRASTRUCTURE PROGRAM (RCIP)
Credit Number: 5635-UG
Supply, Installation, Commissioning and Maintenance of a Unified Messaging and
Collaboration System for the Government of Uganda
1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this
project that appeared in UNDB online on 3rd 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 the Regional Communications
Infrastructure Program Phase 5 - Uganda, and it intends to apply part of the proceeds
of this credit to payments under the agreement(s) resulting from this IFB: Supply,
Installation, Commissioning and Maintenance of Unified Messaging and
Collaboration System(UMCS) for Government of Uganda.
3. 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 Unified Messaging and Collaboration System (UMCS) for Government of
Uganda.
The scope of the UMCS will include a full unitary System in English language with
easy-to-use user interface providing rich user experience to assist the Government to
carry out the following mail and collaboration functions transcending desktop, laptop
and mobile devices:
a) Messaging
b) Calendaring
c) Contacts management
d) Corporate Social Media integration
e) Collaboration including Instant Messaging, Video Conferencing and Audio
Conferencing
f) Migrating existing systems to the government cloud
g) Support including providing training, and relevant support / maintenance
during the contract period.
The UMCS shall be installed in two phases to accommodate 3,000 email users in
selected Government entities and scaled up as need arise.
The Pilot phase:
650 users in six entities (indicated in site table 1) shall form part of the pilot entities.
– three (3) entities from Central Government and three (3) entities from Local
Government. These users will be provided with the full functionality of the system
(i.e., email, video, voice, social media and collaboration).
The outcome of the pilot phase is an implementation model that will be developed by
the bidder following experiences and lessons learnt. The model shall then be used to
rollout to the remaining entities in the second phase.
The Second phase:
The remaining 2350 users (indicated in site table 2) shall be installed in the second
phase as follows
a. 1050 users in Central Government entities shall be provided with full
functionality of the system and
b. 1300 users from Local Government: these entities will be provided with
emails functionality for a start. Other functionalities will be added as usage
improves.
c. The bidder should provide a provision for secure email for the selected email
users who may need to correspond confidential matters.
The bidder shall provide a scalable and cost effective system because the intention is
to roll UMCS out to the whole of Government after the initial 3,000 email seat
deployment. Therefore the bidder shall provide two cost tier tables, one for Central
Government and the other for Local Government, indicating for how much it will cost
per user to roll out to 10,000, 50,000, 100,000 and 250,000 seats or provide the cost of
perpetual license option which offers unlimited seats.
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) Shall have developed and implemented at least two (2) UMCS. The Bidder shall
submit a detailed description of the functional and technical features as well as
architecture of the referenced e-mail and collaboration system and its complete
functional scope, details of the of the relevant UMCS 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) Shall have at least 3 years of working experience with public sector in ICT.
c) shall have evidence of establishment of internationally recognized or home-grown
quality process in software development for example CMMI, CISQ, ISO/IEC 9126
(quality process should be submitted);
d) Must demonstrate average annual turnover of at least USD $4 million over the past
three years, i.e. (2013, 2014 and 2015);
e) 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).
f) Shall demonstrate local presence in Uganda to provide timely post implementation
support, assimilate well with the different local cultures during implementation, and
offer continuity after implementation. Foreign bidders are encouraged to partner with
a local company in this regard.
5. A hard copy of the bidding document may 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 equivalent in any freely convertible currency.
The method of payment will be to: the NITA-U Cashier or Electronic Funds Transfer
(EFT) bank account number: 006550058000001, customer name: national
information technology authority, Uganda (NITA-U), account title: NITA-U 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 below.
6. Interested eligible Bidders may obtain further information from National Information
Technology Authority – Uganda and inspect the bidding documents at the address
given below from 0800Hrs to 1600Hrs. A pre-bid meeting which potential bidders
may attend will be held on 15th February, 2017 at 11:00am.
7. Bids must be delivered to the address below at or before 10:30am on 24th March,
2017. Bids need to be secured by a Bid Security. The amount of Bid Security
required is USD 60,000. The Bid Security shall be valid for Twenty Eight (28) days
beyond the bid validity period, i.e., 208 days after the bids submission deadline. Late
bids will be rejected. Bids will be opened in the presence of Bidders’ representatives
who choose to attend at the address below at 10:35am on 24th March, 2017.
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.
9. National Information Technology Authority of Uganda
Plot7A, Rotary Avenue
Palm Courts
P. O. Box 33151
Kampala, Uganda
Tel: +256(417) 801038,
Email Address: rcip@nita.go.ug

Bidding Documents


No bidding documents have been included in this request for tenders.

Personalized Content

To make things easier we can help you keep track of the businesses that you've viewed and contacted. To use these features please enable cookies.

×