UGANDA SKILLS DEVELOPMENT PROJECT (USDP) COMBINED TECHNICAL AND FINANCIAL EVALUATION REPORT FOR CONSULTANCY SERVICES FOR CONDUCTING A DUE DILIGENCE/TECHNICAL EVALUATION OF MATCHING GRANTS PROJECT ID NO. P145309 CREDIT NO. IDA. 56120 PROC. REF. PSF/SDF/CONS/2015-16/00004 FINANCED BY: IDA/WORLD BANK DATE OF SUBMISSION: APRIL 2017 1|Page 1.0 BACKGROUND The Government of Uganda has received credit from the International Development Association (IDA)/World Bank towards implementation of the Uganda Skills Development Project (USDP). The project development objective (PDO) is to enhance the capacity of institutions to deliver high quality and demand driven training programs in Agriculture, construction and manufacturing sectors and create stronger linkages between vocational training and industry, The project intends to apply part of the proceeds for consulting services. The consulting services ("the Services") include Technical Reviews/evaluations and due diligence of proposals received for funding 1.1 Objectives of the Assignment The verification process comprises two steps, (i) a due diligence of the applicants and where relevant, the proposed training provider, and (ii) an in-depth assessment of the capacity of the involved organizations. A site visit is supposed to be conducted to all applicants that pass the pre-evaluation stage. a) Due diligence: Due Diligence is a fiduciary activity carried out to verify, validate, and assess the quality, integrity, and completeness of the key information required to make a well informed grant funding decision and avoid waste, fraud, and abuse. Hence, the purpose of the due diligence is to ensure that the information upon which the decision regarding a grant application is accurate, that all material facts relevant to the funding decision have been revealed, and that the organizations to which it awards grants are honest, reliable, and fully capable of executing their responsibilities under the grant agreements. b) Capacity assessment: The purpose of the capacity assessment is to ensure that the applicant, and not least, the organization(s) supposed to deliver the skills training possess the required facilities, expertise and experience, the capacity assessment should look into the sustainability prospects of the proposed activity In an effort to solicit for qualified firms to undertake the assignment, Private Sector Foundation Uganda issued an Expression of Interest (EOI) in the UNDB online on 6 th June, 2016 and in the national print media i.e. the New Vision newspaper on 2nd June, 2016. A short listing exercise was carried out and the evaluation / short listing Committee recommended that the following Six (6) shortlisted firms should be considered for invitation to submit technical and financial proposal to provide consultancy services for conducting a Due Diligence/Technical Evaluation of the Matching grants under the Skills Development Facility (SDF) in Uganda. 1. KPMG Certified Public Accountants, Plot 2&4A, Nakasero Road, P. O. Box 3509 Kampala- Uganda. 2. BDO East Africa Advisory Services Limited, Block C, 6th Floor, Nakawa Business Park P.O Box 9113, Kampala – Uganda 3. CESS Institute, 225-3055, Boulevard Wilfrid-Hamel, Quebec(QC) G1P 4C6, Canada 4. AESA East Africa Limited, The Citadel Building, 6th Floor, Wing A-Muthithi Road, Westlands, P.O. Box 2486-00606, Nairobi –Kenya 5. Lattanzio Advisory Spa(LA), Via Nazionale, 89A-00184 Roma (Italia) 2|Page 6. Skills DMC, Tower 1, Level 1, Suite 2, 475 Victoria Avenue, Chatswood NSW 2067, Australia The consultant to undertake the assignment will be selected in accordance with the Quality and Cost Based Selection (QCBS) Method. 2.0 REQUEST FOR PROPOSAL (RFP) The Six (6) shortlisted firms were issued with a request for proposal document on 11 th November, 2016. A copy of this has been attached in the annex for reference. 2.1 PRE-PROPOSAL MEETINGS Pre-proposal meeting was held on 29th November, 2016 at 10:00 am at Private Sector Foundation Uganda, Plot 43, Nakasero Hill Road in PSFU Boardroom. The signed minutes for the pre-proposal meeting were sent to all the consultants on 2nd December 2016. Copies of the signed minutes are attached as annex for reference. 2.2 PROPOSAL CLOSING AND OPENING Two (2) out of the Six (6) firms that were shortlisted submitted their technical and financial proposals before the closing deadline of 14th November, 2016 at 10.00am. These firms were recorded using PP form 22 (record of receipt of proposals). The technical proposals were opened in the presence of representatives of firms who wished to attend. The record of attendance of opening is attached as an annex (PP from 23).Two firms i.e BDO East Africa Advisory Services Limited and Lattanzio Advisory Spa(LA) sent in their proposals late so they were rejected and returned to owners unopened. The Financial proposals were checked to make sure that they were sealed and their envelopes kept in safe custody. The list of firms that submitted proposals is presented in table 1. TABLE 1: LIST OF FIRMS THAT SUBMITTED PROPOSALS No. List of Firms that Submitted Proposals Nationality of Lead Firm 1 KPMG Certified Public Accountants Uganda 2 Skills DMC Australia 3.0 TECHNICAL EVALUATION 3.1 Evaluation Committee The Evaluation Committee approved by the Contracts Committee meeting held on 20th May, 2016, constituted the following members: (i) Ms. Ruth Biyinzika Musoke Director Member Services/Focal Person SDF (ii) Mr. Elijah Tugume -Financial Management Services-CEDP/PSFU (iii)Ms. Loy A. K. Muhwezi -Project Coordinator/USDP (iv) Ms. Diana Nandagire Ntamu; Director MUBS Entrepreneurship Centre 3|Page (v) Mr. Naboth Katongole; Procurement Specialist - ARSDP/USDP at MoES Note: Mr. Stephen Ariko the Procurement Specialist CEDP/PSFU on the above committee was replaced by the contracts committee meeting held 1 st November 2016 with Mr. Naboth Katongole a procurement specialist under the Ministry of Education and Sports. At the time of this evaluation, Mrs Loy Muhwezi was busy with other official duties and could not manage to attend the technical evaluation exercise 3.2 Evaluation Criteria As stated in the Request for Proposal ITC 21.1 and the Terms of Reference, the following Criteria, divided into Three (3) broad categories was used to evaluate the Two (2) firms. TABLE 2: Evaluation Criteria Category Points 1 Specific experience of the firm related to the assignment 10 2 Adequacy of proposed methodology and work plan in responding to TOR (30 marks) Sub - criteria (i) Technical approach and methodology 20 (ii) Work Plan 5 (iii) Organization and Staffing 5 3 Key Experts qualifications and competence for the assignment (60 marks) (i) Team Leader 20 (ii) Associate Consultants (A) 12.5 (iii) Associate Consultants (B) 12.5 (iv) Senior Consultant 15 TOTAL POINTS FOR THE THREE CRITERA 100 4|Page 3.3 EVALUATION METHODOLOGY The detailed evaluation methodology used was in conformity with the evaluation criteria in the RFP. The evaluators discussed and agreed on the sub criteria, each member reviewed the proposals independently against the criteria and later members jointly discussed and agreed on the scores for each of the firms. Thereafter, the final scores attributed to each firm were obtained by averaging the scores awarded by the different evaluators. 3.3.1 Detailed Evaluation Criteria (i) Specific Experience of the Consultant (as a firm) relevant to the Assignment (10 Marks) Under this criterion, a firm was assessed and evaluated on the assignments carried out of similar nature and scope. (ii) Adequacy and quality of the proposed methodology, and work plan in responding to the Terms of Reference (TORS) (30 marks) Under this criterion, the following sub-criteria were considered to ensure that the Technical Approach and methodology was in line with the TORs and the firm has the work plan which is realistic and implementable. Personnel scheduling was also considered. The Organization and Staffing was also checked. TABLE 3: Adequacy of Proposed Methodology and work plan in responding to TOR Name of the Firm Evaluation Criteria Maximum Score a) Technical approach and methodology 20 b) Work Plan 5 c) Organization and Staffing 5 Sub-total 30 a) Technical Approach and Methodology: Here a firm’s proposal was analysed in relation to its understanding of the assignment objectives and response to the TOR. The approach to implementation of the detailed assignments in the RFP was also analysed. An assessment of the compatibility of the proposed methodology with the proposed approach in the TOR was also undertaken. b) Work plan: the consultant was assessed and evaluated on the proposed work plan presented graphically to determine its consistency with the proposed technical approach and methodology. The firm’s proposed main activities/deliverables of the assignment, their content and duration, phasing and interrelations, milestones and delivery dates of the reports were also considered in the evaluation. 5|Page c) Organization and Staffing: the consultant was assessed and evaluated on the presence of a detailed organization showing proposed working structure with a brief description, the proposed team composition for key and support staff as well as the personnel scheduling and approach to quality Assurance. (iii)Key Experts’ Qualifications and Competence for the Assignments (60 Marks) The personnel were evaluated according to the sub- criteria shown in table 4 below: TABLE 4: Key Experts’ qualifications and competence for the Assignments Evaluation Sub-Criteria Maximum Score a) General Qualification 20 b) Adequacy for the Assignment 70 c) Relevant experience in the region 10 Sub-total key experts qualification 100 The committee used the Criteria, sub-criteria, and point system set out in the RFP as shown in Table 5 below while the extract of the requirement is shown in the subsequent section: Specific Requirements as Issued in the RFP; 1) Team Leader: The lead consultant should have documented experience of over 15 years in leading specific services related to technical reviews/evaluations and due diligence of funding proposals of similar or related programs. Shall have a Masters Degree in Business Administration, Economics, Finance or related field from a recognized institution. Experience working on similar skills development grant program for various international partners in developing countries is an added advantage. 2) Associate Consultants (2) The Associate consultants should have documented experience of over 7 years in any of the areas (Technical review and evaluation techniques of proposals and a clear understanding about undertaking due diligence of proposals and capacity assessment of grantees.) Shall have a Master’s Degree in any of the following areas Vocational training, Finance, Economics, Business Administration, Engineering and other relevant fields. 3) Senior Consultant The Senior Consultant should have strong research background and experience in workforce development/skills training programs analysis with over 10 years of experience. Shall have a Master’s Degree in any of the following areas Vocational training, Finance, Economics, Business Administration, Engineering and other relevant fields. 6|Page TABLE 5: Showing General qualifications and competence on the key experts No. Position Qualifications Adequacy for the Assignment Experience in the region. At least 15 years of Masters Degree in documented experience in Business Administration, leading specific services Experience in 1 Team Leader Economics, Finance or related to technical African developing related field from a reviews/evaluations and due countries recognized institution. diligence of funding proposals of similar or related programs. At least 7 years of documented Master’s Degree in any of experience in any of the areas the following areas Experience in (Technical review and Associate Vocational training, African developing evaluation techniques of 2 Consultants countries Finance, Economics, proposals and a clear (2) Business Administration, understanding about Engineering and other undertaking due diligence of relevant fields proposals and capacity assessment of grantees.) Master’s Degree in any of the following areas At least 10 years of experience Experience in Senior Vocational training, with strong research African developing 3 Consultant Finance, Economics, background and experience in countries Business Administration, workforce development/skills Engineering and other training programs analysis. relevant fields. 7|Page 4.0 TECHNICAL EVALUATION The firms were evaluated (details are attached in the annex) and ranked according to scores attained. The summary sheet is table 6 TABLE 6: Summary Table Name of the Firm Evaluation Criteria Maximum SkillsDMC KPMG Score Specific Experience of the Consultant 10 10 8.3 (as a firm) relevant to the Assignment Adequacy and quality of the proposed methodology, and work plan in 30 27 22.8 responding to the Terms of Reference (TORS) Qualifications and competence of Key 60 54.09 42.6 Experts for the Assignments Total Technical Proposal Score 100 91.09 73.7 Ranking of Technical Proposal 1st 2 nd 8|Page 4.1 EVALUATION OF PROPOSAL ELIGIBILITY The Evaluation team started by reviewing whether all consultants had satisfied the eligibility requirements as set out in the Request for Proposals. The outcome of the evaluation of firm eligibility requirements are shown in table 7 below. All firms passed the eligibility check and were then subjected to detailed evaluation. General Observation KPMG SKILLSDMC RFP Comment Firms invited to submit technical proposal C C Submission of documents as required using as appropriate Clause 10.1of standard form contained in Section C C section 1:ITC 3: Technical Proposal – Standard Forms Original Technical and financial proposals stamped and signed by the Clause 11.1 of C C firms duly authorized representative. section 1:ITC Period of bid validity (120 days) Clause 12.1of C C section 1:ITC Statement of Undertaking Clause 10.2 of C C section 1:ITC Separately filled financial proposal Clause 17.4 of C C section 1:ITC Powers of Attorney Clause 14.1of C C section 1:ITC Submission of the correct number of Clause 17.4 of copies of the proposal C C section 1:ITC CVs of the proposed key personnel stamped and signed by the CV Clause 21.1of owner (staff member) and the C C section 1:ITC authorized representative submitting the proposal Total Compliance 10 10 Key: C- Comply NC: Not Comply 9|Page 5.0 COMMENTS ON INDIVIDUAL PROPOSALS Comments on individual technical proposals for each criterion are tabulated and contain the maximum attainable points, average score obtained, strength and weaknesses for each criteria and sub criteria. 5.1 KPMG KPMG is a global network of professional services firms affiliated with KPMG International, a Swiss entity and operating in 155 countries. KMPG firm provides Audits, Tax and Advisory Services that intend to provide a globally consistent set of multidisciplinary financial and accounting capabilities. KPMG has footprint in Africa with practice in 24 countries in sub Saharan Africa. KMPG operates in East Africa as well as correspondent officers in Eritrea, Ethiopia and Seychelles. They offer Services in Agriculture and Education, KPMG Uganda is part of KPMG East Africa practice having 2 resident Partners, supported by a team of 32 managers and 148 professional staff. In Uganda KPMG is located on Plot 2&4A, Nakasero Road 3rd Floor, Rwenzori Courts. Submitted documents indicate the Power of attorney is Mr. Edgar Isingoma a partner and the proposed Team Leader in the assignment. a) General Observations: The consultant has vast experience in the country and in the region (Rwanda, Kenya, Burundi and Tanzania). They have carried out a number of similar due diligence assignments with DFID and USAID in Uganda Other than a few shortcomings that were noted, the Consultants properly understands the current situation and the main issues related to the assignment. Those shortcomings in their methodology have been highlighted in the succeeding sections. The consultant proposed a strong team of key experts entirely made up of Ugandans with the requisite qualifications. The team meets the requirements of the ToRs 10 | P a g e b) STRENGTHS AND WEAKNESSES NAME OF CONSULTANT/LEAD FIRM: KPMG CERTIFIED PUBLIC ACCOUNTANTS CRITERIA MAX SCORE STRENGTH WEAKNESS PTS (i) Specific experience of consultant related to the assignment The relevant assignments presented by the consultant a) No indication of size/monetary value of include; projects handled a) Consultancy Services for the Pre- award assessment of Pearl Capital Partners (U) Ltd funded by USAID/Uganda. August to November 2012, value of contract = USD 24,500. b) Consultancy Services for the Pre-grant due diligence assessment of Uranana Dev`t Communication and Send a Cow Uganda funded by DFID UK. July to a) Experience in August 2012. Design and supervision of Construction 10 8.3 of MoES/NCHE Headquarters Kyambogo, value of Similar Assignments contract =USD 13,900. c) Consultancy Services for Pre-grant due diligence assessment of financial sector deepening (U) ltd, funded by DFID, May 2015 ongoing, value of contract=USD 76,000/USD 53,000. d) Consultancy Services for Due diligence assessment of Civil Society Organization, beneficiaries for humanitarian, conflict, security and developmental grant funded by TMEA Region: East Africa & the Hon of Africa since 2011 on going, value of contract =USD 1.5million Sub-Total for (i) 10 8.3 11 | P a g e NAME OF CONSULTANT/LEAD FIRM: KPMG CERTIFIED PUBLIC ACCOUNTANTS CRITERIA MAX SCORE STRENGTH WEAKNESS PTS (ii) Adequacy of the proposed work plan and methodology of responding to the ToR a) The consultant understands the requirements indicated a) The methodology is standard and not a) Technical approach in the terms of reference. discussed in detail the methods to be used 20 15 to carry out the activities are not tailored and methodology b) The approach and methodology to solve issues are to the assignment consistent. a) The work plan responds to the terms of references a) The consultant never provided the time schedule for the key staff in relation to the b) The timing and duration of all activities are work plan appropriate and consistent with the assignment output b) Work plan 5 4.3 and the interrelation between the various activities is realistic and consistent with the proposed approach and methodology. a) The definition of duties and responsibilities for the a) The organization structure provided is c) Organisation and experts and technical support staff are clearly defined. not tailored to the assignment staffing 5 3.5 Sub-Total for (ii) 30 22.8 (iii)Key Experts’ qualifications and competence for the Assignments a) Holds a Master’s Degree in Business Administration a) No current practicing certificate b) Ongoing-Doctoral of Business Administration presented. 1. Team leader c) Member of ACCA,CFAICPA-U, ICPA-R Edgar Isingoma 20 14.5 d) 18 years of leadership, experience with KPMG and ACME Cargo Ltd and Inter Trade Services. e) Some of the similar projects the consultant has performed as a team leader include; 12 | P a g e NAME OF CONSULTANT/LEAD FIRM: KPMG CERTIFIED PUBLIC ACCOUNTANTS CRITERIA MAX SCORE STRENGTH WEAKNESS PTS i) Project Monitoring and evaluation/end of project assessment for Agribusiness Initiative Trust implementing partners. ii) Pre- award assessment of Pearl Capital Partners (U) Ltd funded by USAID/Uganda. August to November 2012 iii) Pre-grant due diligence assessment of financial sector deepening (U) ltd, funded by DFID, May 2015 ongoing. iv) Fiduciary risk assessment and due diligence reviews for organizations in Kenya, Tanzania, Uganda, Rwanda & Burundi. June 2011 to October 2015 a) Holds a Master of Business Administration a) No current practicing certificate submitted. b) Membership to ACCA c) 10 years of experience with KPMG 2007 to-date b) No academic documents submitted d) Some of the similar assignments the consultant has been involved include; 2.a) Associate Consultant; i) Pre- award assessment of Pearl Capital Partners Judith Asiimwe Erone 12.5 8.5 (U) Ltd funded by USAID/Uganda. August to November 2012 ii) Fiduciary risk assessment and due diligence reviews for Trade Mark East Africa(TMEA and DFID) iii) Fiduciary risk assessment and management compliance review of the Independent Development Fund to October 2015 13 | P a g e NAME OF CONSULTANT/LEAD FIRM: KPMG CERTIFIED PUBLIC ACCOUNTANTS CRITERIA MAX SCORE STRENGTH WEAKNESS PTS iv) Assessment of 14 municipalities on the minimum conditions and performance measures for accessing Uganda Support to Municipal Infrastructure Development (USMID) Grant. a) Holds a Msc in (Eng) International Construction a) No academic documents submitted Management and Engineering and a Bachelor of Science in Civil Engineering which is in line with the b) He has no current practicing certificate project sector of construction. submitted b) 15 years of experience in the field of construction. c) Has only one similar assignment 2b) Associate Consultant undertaken 12.5 8.8 Julius Twesigye c) Some of the similar projects the consultant has performed include; Infrastructure Development d) Out of the 15 years of experience, only 4 Specialist with KPMG on a project for assessment of years are evident for the field of 14 municipalities on the minimum conditions and assignment in question performance measures for accessing USMID Development Grant. a) Holds a PhD, Development Economics, a Certificate in a) No academic documents submitted international program for development Evaluation, Master of Arts Economic Policy and Planning and a b) He has no current practicing certificate Bachelor of Science (Economics). submitted 3. Senior Consultant b) The consultant has the years of professional experience and educational background in the field of the c) He did not certify his CV perhaps he Mr. Fred 15 10.8 did not authorize KPMG to use it. assignment. Muhumuza c) 20 years of experience where he has been involved in development research, analysis formulation and review, with a parallel teaching career at university level of 20 years. 14 | P a g e NAME OF CONSULTANT/LEAD FIRM: KPMG CERTIFIED PUBLIC ACCOUNTANTS CRITERIA MAX SCORE STRENGTH WEAKNESS PTS Some of the similar projects the consultant has been involved as a researcher include; i) 2014-March 2016: KPMG financial sector deepening(FSD (Uganda involved in the design and implementation of the financial services inclusion programme development ii) 2006-2014; Economic advisor to the minister of Finance, planning and economic development with policy design, implementation and review. He Set up the budget monitoring and analysis unit iii) 1999-2006; Young professional and research fellow at Economic policy research centre. iv) 2004; Conducted a monitoring and evaluation training in Kampala with international and Agricultural centre(Netherlands) GRAND TOTAL 100 73.7 15 | P a g e ISSUES FOR NEGOTIATION IF THE FIRM IS BEST EVALUATED. · The methodology should be discussed in detail; the methods to be used to carry out the activities should be tailored to the assignment. · The consultant needs to prepare a more detailed work plan for the assignment. · The consultant should provide the time schedule for the key staff in relation to the work plan, and the Organisation chart should be tailored to the assignment · Provide valid practicing certificate for all key experts · Submit academic documents for all key staff · The Senior Consultant (Fred Muhumuza) should certify his CV to prove authority granted to use it. · Stamp the technical Proposal 16 | P a g e 5.2 SKILLS DMC Skills DMC was established in 2005 in Uganda, offers services in most East African Countries, it offers services in Organisation Restructuring, Job Analysis and Evaluation, Job Profiling, Recruitment and Selection, Training, Succession planning, Performance Management, Salary Surveys, Strategic Business Plans and Institutional Policies like Board Charters and Human Resource Manuals. Submitted documents indicate the Power of attorney is Mr. Nigel Carpenter (Chief Executive Officer of SkillsDMC) a) General Observations: The consultant has had some experience in the country and in the Southern Africa region. They have carried assignments very similar to the assignment in question in the areas of skills development and assessment. Consultants provide a clear methodology and technical approach to the delivery of the programme which the evaluation team felt would better perform the assignment. The consultant proposed a strong team of key experts with the vast experience and qualification. 17 | P a g e b) STRENGTHS AND WEAKNESSES 5.3 NAME OF CONSULTANT/LEAD FIRM: SKILLS DMC CRITERIA MAX SCORE STRENGTH WEAKNESS PTS (i) Specific experience of consultant related to the assignment The firm has conducted the following similar assignments: i) National Work Force Development Fund (2011-2016). Management of industry training fund including due diligence of proposals and recommendations on funding approvals for training delivery Country: Australia, Approx. USD 55Million. (Activity value USD2m) Delivery of innovative projects designed to improve the impact of formal TVET training for a) Experience in employers and local communities. Similar 10 10 Assignments ii) Skills for Economic Growth, independent assessment and validating proposals and plans submitted by training organizations for Palladium International pty (2016-2017)Approx. USD 21,000 iii) Resources and infrastructure industry skills council (Approx. USD 30m); Development and continuous improvement of the occupational standards and nationally recognized qualifications and skill sets for the construction and resources sectors in construction with industry. iv) Vocational training and secondment (infrastructure 18 | P a g e 5.3 NAME OF CONSULTANT/LEAD FIRM: SKILLS DMC CRITERIA MAX SCORE STRENGTH WEAKNESS PTS and planning) Activity.(2013)by Cardno Emerging markets v) Design of a Pan –African Skills council model that would coordinate a regional TVET system including a skills development fund. Approx. USD 30,000 vi) Twining Activity for capacity building with PIREP Mozambique to build capacity to develop industry-led competency frameworks. Country: Mozambique (2014-2016). (Approx. USD 250,000) vii)Twinning Activity for capacity building with TEVETA Zambia. (2015-2016) (Approx.: USD 650,000) to build capacity to develop industry-led competency frameworks and assessment toolkits and define centres of excellence. Sub-Total for (i) 10 10 (ii) Adequacy of the proposed work plan and methodology of responding to the ToR a) The consultant properly understands the current situation, draws attention to all issues related to the a) Technical assignment TORs approach and 20 18 methodology b) The approach and methodology to solve issues are consistent and well discussed. a) The work plan responds well to the terms of c). Work plan 5 4.25 references. It is realistic and fits well within the 19 | P a g e 5.3 NAME OF CONSULTANT/LEAD FIRM: SKILLS DMC CRITERIA MAX SCORE STRENGTH WEAKNESS PTS skills development context. b) The timing and duration of all activities are appropriate and consistent with the assignment output and the interrelation between the various activities is realistic and consistent with the proposed approach and methodology. a) The firm provided a proper description of the working structure for the assignment using an organogram. The organizational chart and staffing a) Organisation and schedule is complete and detailed 5 4.75 staffing b) The definition of duties and responsibilities are very clear c) Each key expert’s input in person months for each deliverable is indicated Sub-Total for (ii) 30 27 (iii) Key Experts’ qualifications and competence for the Assignments a) Bachelor`s Degree/Diploma Primary school a) No academic documents were presented in teacher the proposal b) Certificate expert in mult grade teaching c) Expert in learning, education and b) No valid practicing certificate submitted 1. Team Leader development(Masters certificate) with the proposal 20 18.65 Peter Merckx d) Expert in participatory Monitoring and Evaluation (Masters certificate) e) Master en cooperation Internationale et l1aide humanitaire f) Project Design, Monitoring and Evaluation, Badge 20 | P a g e 5.3 NAME OF CONSULTANT/LEAD FIRM: SKILLS DMC CRITERIA MAX SCORE STRENGTH WEAKNESS PTS 1 if certified Development Project Manager. Some of the similar assignments the consultant has performed include; i) Senior Education Expert Botswana; Assess the existing and missing skills of teachers, trainers and managers in the ministry of Education at national and local level. ii) Senior Educating expert UNICEF –Malawi; Assess the existing and missing skills of teachers, trainers and managers in the ministry of Education at national and local level. iii) Team Leader Rwanda; Assess the need of hotel Management skills for youth. iv) Team leader UNHCR Lebanon and Jordan; Independent skills programme evaluation(IPE) of UHNCR `s response to the Syrian refugee influx, evaluation of the TVET programs organised by NGOs to decrease youth employment and preparation for labour market v) Team leader; UNICEF Algeria; Assessment of the Sahrawi Education Sector(Early child hood and primary in five refugee camps vi) Team leader EU Sierra Leone Education consultant and the formulation of EU interventions to support the education sectors 21 | P a g e 5.3 NAME OF CONSULTANT/LEAD FIRM: SKILLS DMC CRITERIA MAX SCORE STRENGTH WEAKNESS PTS a) Holds a BA(Economics and Rural Economy ) a) No academic documents were b) Master of Arts in Finance and Investment presented in the proposal c) Post Graduate Diploma in Management 2.a) Associate d) Has over 20 years of experience relevant to the b) No valid practicing certificate Consultant; assignment submitted with the proposal Mary Jo Kakinda e) Some of the similar assignments the consultant has performed include; i) National coordinator of Pan Africa 2000 Network, a UNDP small grants programme which involved verifying, validating and assessing the quality, integrity and completeness of the key information 12.5 11.4 required. Review of the National organization`s proposals-Mercy corps /Africa 2000 network Liberia food security project where a grant of Euro 1,002,357 was approve by the European Commission. Assess whether there are many risks associated with the project. Prepare a due diligence/assessment report for every grantee visited. ii) Evaluation of the youth start programme funded by master card foundation iii) Carried out baseline studies(8) of civil society organizations supported by Dutch NGOs iv). Conducted institutional capacity assessment for Africa 2000 network-Liberia a) Holds a Masters Degree in Development Studies a) No valid practicing certificate submitted 2.b) Associate b) Bachelor of Science in Community Psychology with the proposal Consultant; 12.5 11.04 c) Diploma in Guidance and Counselling b) No academic documents were presented Simon Peter Nangabo d) Has 9 years of experience of which 5 are relevant in the proposal 22 | P a g e 5.3 NAME OF CONSULTANT/LEAD FIRM: SKILLS DMC CRITERIA MAX SCORE STRENGTH WEAKNESS PTS to the assignment c) Has carried out very few assignments e) Some of the similar assignments the consultant has similar to the assignment performed include; i) Assistant technical training advisor with TASO, USAID CDC funded program in Uganda. Responsible for making informed judgements about the technical capacity of applicants to deliver quality training. ii) Human Resources for Health(HRH) Specialist for Cardno Emerging Markets (USA) /Strengthening Decentralization for sustainability/USAID program in Uganda. Responsible for conducting site visits to applicants and collecting evidence to support the evaluation process and contributing to reports and recommendations. a) Holds a Master of Arts Degree in TESOL(Adults)- a) No valid practicing certificate Applied linguistic/systemic functional submitted with the proposal linguistics/pragmatics, b) No academic documents were b) Post graduate Diploma in TESOL (Adults) - presented in the proposal 3. Senior Consultant Language acquisition. Elizabeth(Lisa) c). Graduate Certificate in TESOL(Adults) Giammarco 15 13 Psychology/Principles of learning and teaching theories Has 29 years of experience of which 16 are relevant to the assignment Some of the similar assignments the consultant has performed include; Strong research background with ; 23 | P a g e 5.3 NAME OF CONSULTANT/LEAD FIRM: SKILLS DMC CRITERIA MAX SCORE STRENGTH WEAKNESS PTS i) National Industry Skills Council; High level research for the collection of national industry specific skilling needs- current and emerging for the Australian Government ii) TAFE Institutes/University; - Research of adult learning principles, education and training theory and methodology and institutional capability frameworks. - Extensive experience conducting both primary and secondary research for Vet and Higher Education. iii) Experience in workforce development/skills training programs analysis with over ten years of experience. Sub-Total for (iii) 60 54.1 GRAND TOTAL 100 91.09 ISSUES FOR NEGOTIATION IF THE FIRM IS BEST EVALUATED. · A valid practicing certificate for each of the experts to be presented · Academic documents for all key experts need to be presented · All CVs not signed by authorized representative will need to be endorsed · Stamp the technical Proposals 24 | P a g e (a) Section II. Technical Evaluation Report – Forms Form II A. Technical Evaluation – Basic Data Form II B. Evaluation Summary- Technical Scores/ Ranking Form II C. Individual Evaluations- Comparison (Average Scores) 25 | P a g e Form IIA. Technical Evaluation - Basic Data 2.1 Name of country Uganda Name of Project Uganda Skills Development Project (USDP) 2.2 Client: (a) name Private Sector Foundation Uganda, P.O. Box 7683 Kampala, Uganda (b) address, phone, facsimile Tel: 0312263849/0312263850 Fax: 0312266440 2.3 Type of assignment (pre-investment, CONSULTANCY SERVICES TO CONDUCT A preparation, or implementation), and DUE DILIGENCE/TECHNICAL EVALUATION brief description of sources OF MATCHING GRANTS UNDER THE SKILLS DEVELOPMENT FACILITY 2.4 Method of selection1: QCBS 2.5 Prior review thresholds: (a) Full prior review US$ 400,000 (b) Simplified prior review (notice) US$ Not Applicable 2.6 Request for expressions of interest2: (a) publication in United Nations Yes Development Business (UNDB)3 Online on 6th June, 2016 (b) publication in national newspaper(s) Yes New Vision of 2nd June 2016 (c) number of responses Sixteen (16) 2.7 Shortlist: (a) names/nationality of 1. BDO East Africa Advisory Services Limited firms/associations (mark domestic Uganda firms and firms that had expressed 2. Lattanzio Advisory Spa(LA) - Italy interest) 3. AESA East Africa Limited Kenya 4. CESS Institute- Canada 5. KPMG Certified Public Accountants – Uganda 6. Skills DMC- Australia 1 See Guidelines. 2 Required for large contracts (see Guidelines). 3 Indicate whether expressions of interest advertised in Web or hardcopy edition of UNDP. 26 | P a g e (b) Submission to the Bank for no- Yes: 13th September 2016 objection (c) Bank’s no-objection Yes: 20th September 2016 2.8 Request for Proposals: (a) submission to the Bank for no- objection 4th November 2016 (b) Bank’s no-objection 9th November 2016 (c) issuance to Consultants 11th November 2016 2.9 Amendments and clarifications to the No amendments were made to the RFP, for RFP (describe) clarifications bidders were referred to page 57 of the RFP to further study the Terms of Reference for the assignment 2.10 Contract: (a) Bank Standard Time-Based Yes (b) Bank Standard Lump Sum Yes: (c) other (describe) Price adjustment: Fixed 2.11 Pre-proposal conference: Yes 29th November 2016 (a) minutes issued Yes 2 nd December 2016 2.12 Proposal submission: (a) two envelopes (technical and financial proposals) Yes (b) one envelope (technical) Yes (c) original submission Date 14 th December 2016 Time 10.00am (d) extensions(s) No 2.13 Submission of Financial Proposal Location: Private Sector Foundation Uganda 2.14 Opening of Technical Proposals by Date 14th December, 2016 selection committee Time 11.15 am local time 2.15 Number of proposals submitted Two (2) 2.16 Evaluation committee4: (i) Ms. Ruth Biyinzika Musoke-Head Members’ names and titles (normally SDF(Team Leader) three to five) (ii) Mr. Tugume Elijah-Financial Management Specialist CEDP/PSFU (iii)Ms. Diana Ntamu Nandagire; Director MUBS Entrepreneurship Centre (iv) Mr. Naboth Katongole; Procurement Specialist ARSDP/USDP MoES 4 It is important that evaluators be qualified. 27 | P a g e 2.17 Proposal validity period (days): 120 calendar days (a) original expiration date Date 20th April, 2017 (b) extension(s4), if any Not applicable 28 | P a g e 2.18 Evaluation Criteria/sub criteria5: Not Applicable (a) Consultants’ experience Weight 10 (b) methodology (i) Technical approach Weight 20 (ii) Work plan Weight 05 (iii) Organisation & staffing Weight 05 (c) key staff (total weight 60) (i) individual(s) (A) General qualifications Weight 20% (B) Adequacy for project Weight 70% (C) Relevant experience in Weight 10% region (d) Transfer of Knowledge Weight 0 (e) Local input (optional) Weight 0 % key staff man months of National 5 Maximum of three subcriteria per criterion. 29 | P a g e 2.19 Technical scores by Consultant Minimum qualifying score 70 Consultants’ names Technical scores (%) a) KPMG Certified Public Accountants 73.7% b) SkillsDMC 91.09% 2.20 Evaluation report: (a) submission to the bank for no-objection Date : 4th April 2017 2.21 Evaluation notice: (b) submission to the bank Date 30 | P a g e Form IIB. Evaluation Summary Technical Scores/Ranking Maximum Name of the Firm Evaluation Criteria Score KPMG SkillsDMC Specific Experience of the Consultant (as a firm) relevant to 10 8.3 10 the Assignment Adequacy and quality of the proposed methodology, and work 30 22.8 27. plan in responding to the Terms of Reference (TORS) Key Experts’ qualifications and 60 42.6 54.09 competence for the Assignments Total Technical Proposal Score 100 73.7 91.09 Ranking of Technical Proposal 2 1 31 | P a g e Form IIC. Individual Evaluations —Comparison Name Of Consultant KPMG SKILLSDMC Item Firm/Evaluation Criteria 1)9 2)7 3)9 1)10 2)10 3)10 Specific experience of the Consultants 1 relevant to the Assignment (10marks) 4)8 AV)8.3 4)10 AV)10 1)21 2)25 3)22 1)28 2)28 3)25 Adequacy of the proposed work plan 2 and methodology of responding to the 4)23 AV)22.75 4)27 AV)27 ToR.(30 marks) 1)42 2)39 3)46.67 1)56 2)55.5 3)50.85 Qualifications and competence of Key 3 Experts for the Assignment 4)43 AV)42.66 4)54 AV)54.09 (60marks) 1)72 2)71 3)77.67 1)94 2)93.5 3)85.85 Total Technical Score 4)74 AV)73.7 4)91 AV)91.09 Ranking of technical proposal 2 1 32 | P a g e 33 | P a g e SECTION V. ANNEXES6 Annex I. Individual Evaluations Form V Annex I(i). Individual Evaluations Form V Annex I(ii). Individual Evaluations—Key Personnel Annex II. Information Data Monitoring Annex III. Minutes of Public Opening of Financial Proposals Annex IV. Request for Proposals Annex V. Miscellaneous Annexes—Ad Hoc 6 Annex I applies to Quality-Based, Fixed-Budget and Least-Cost. For Qualifications and Single-Source, it is replaced by a review of the strengths and weaknesses of the proposal, which may be amended by one or several evaluators. 34 | P a g e Form V Annex I (i). Individual Evaluations Annex I (i) Individual Evaluations NAME OF CONSULTANT FIRM: 1 Ruth Biyinzika Musoke 2 Diana Ntamu 1. KPMG EVALUATORS 3 Elijah Tugume 4 Naboth Katongole Individual Evaluator scores Average points Max Item Criteria 1 2 3 4 points Specific experience of the Consultants 1 relevant to the Assignment (10 points) 1.1 Similar projects undertaken 10 9 7 9 8 8.3 Adequacy of the proposed work plan and 2 methodology of responding to the ToR (30 points) 2.1 Technical approach and methodology 20 14 15 16 15 15 2.2 Work plan 5 5 5 3 4 4.3 2.3 Organization and staffing 5 2 5 3 4 3.5 35 | P a g e Average points Individual Evaluator scores Max Item Criteria 1 2 3 4 points Qualifications and competence of Key 3 Experts for the Assignment (60 points) 3.1 Team leader 20 14 14 15 15 14.5 3.2a Associate Consultant (A) 12.5 8.5 8.5 8.5 8.5 8.5 3.2b Associate Consultant (B) 12.5 8.8 8.8 8.8 8.8 8.8 3.3 Senior Consultant 15 10.5 10.5 11.27 11 10.8 Total Technical Score 100 71.8 73.8 74.57 74.3 73.7 36 | P a g e Form V Annex I (i). Individual Evaluations Annex I (i) Individual Evaluations NAME OF CONSULTANT FIRM: 1 Ruth Biyinzika Musoke 2 Diana Ntamu 2. SKILLSDMC EVALUATORS 3 Elijah Tugume 4 Naboth Katongole Individual Evaluator scores Average points Max Item Criteria 1 2 3 4 points Specific experience of the Consultants 1 relevant to the Assignment (10 points) 1.1 Similar projects undertaken 10 10 10 10 10 10 Adequacy of the proposed work plan and 2 methodology of responding to the ToR (30 points) 2.1 Technical approach and methodology 20 18 18 18 18 18 2.2 Work plan 5 5 5 3 4 4.25 2.3 Organization and staffing 5 5 5 4 5 4.75 Individual Evaluator scores Average points Max Item Criteria 1 2 3 4 points 37 | P a g e Qualifications and competence of Key 3 Experts for the Assignment (60 points) 3.1 Team leader 20 19 18.5 18.5 18.6 18.65 3.2a Associate Consultant (A) 12.5 11.25 10.75 11.9 11.75 11.4 3.2b Associate Consultant (B) 12.5 11.25 10.75 10.4 11.75 11.04 3.3 Senior Consultant 15 13 13 13 13 13 4 Transfer of Knowledge ( 0 points) 0 0 0 0 0 0 Participation by nationals among 5 proposed Key Experts (0 points) Percentage of total man months taken by 0 0 0 0 0 0 Nationals Total Technical Score 100 94 93.5 85.85 91 91.09 38 | P a g e Form V Annex I(ii). Individual Evaluations—Key Personnel KPMG Certified Public Accountants General Experience in the Maximum Qualifications Adequacy region Total Marks No Position Key Staff Name Scores Scores 20% 70% 10% 100 1 Team Leader Edgar Isingoma 20 3.67 9.05 1.92 73.2 14.64 2 Associate Consultant (A) Judith Asiimwe Erone 12.5 1.93 5.42 1.18 68.24 8.53 3 Associate Consultant (B) Julius Twesigye 12.5 1.93 5.87 1.2 72 9 4 Senior Consultant Fred Muhumuza 15 2.4 7.07 1.44 72.73 10.91 Total 60 43.08 SKILLSDMC General Experience in the Maximum Qualifications Adequacy Total Marks No Position Key Staff Name region Scores Scores 15% 75% 10% 100 1 Team Leader Peter Merckx 20 3.57 13.35 2 94.6 18.92 2 Associate Consultant (A) Mary Jo Kakinda 12.5 2.35 7.2 1.24 87.76 10.97 3 Associate Consultant (B) Simon Peter Nangabo 12.5 2.32 6.6 1.24 81.28 10.16 Elizabeth (Lisa) 4 Senior Consultant 15 2.92 9.47 0.94 88.86 13.33 Giammarco Total 60 53.38 39 | P a g e 40 Annex II. Information Data Monitoring 5.1 Loan/credit/grant (a) number P145309 (b) date of effectiveness 28th October, 2016 (c) closing date 31st August 2020 5.2 General Procurement Notice (a) first issue date November 11, 2016 (b) latest update Not Applicable 5.3 Request for expressions of interest7: (a) publication in United Nations Development Business (UNDB) Yes Posted on 6th June 2016 (b) publication in national local newspaper(s) Yes 1. New vision on 2nd June 2016 5.4 Did the use of price as a factor of selection change the final ranking?8 NO 5.5 Did the use of “local input” as a factor of selection change the technical ranking?9 NO 7 Required for large contracts (see Guidelines). 8 Compare technical rank with rank in Form IVC. 9 Figure out technical scores with and without “local input” (Form IIB). 41 Annex: Record of Receipt of Proposals 41 | P a g e 42 Annex: Record of Opening Proposals 42 | P a g e 43 Annex: Circulation of Minutes – for Pre-Bid Meeting 43 | P a g e 44 Annex: Minutes Pre-proposal Meeting 44 | P a g e 45 45 | P a g e 46 46 | P a g e 47 47 | P a g e 48 Annex: Attendance Pre Bid Meeting 48 | P a g e 49 SECTION III. FINANCIAL EVALUATION REPORT—AWARD RECOMMENDATION—TEXT Further to approval by the Contracts Committee and obtaining a no-objection to the technical Evaluation report, the consultants whose technical proposals achieved the minimum overall technical score were invited to a public opening of their financial proposals, held on 7 March, 2017 at PSFU Offices. The read out prices were as follows: s/n Name of firm Country Read out Price Remarks 1 SkillsDMC Australia AUD 431, 265.23 Price excludes all indirect taxes Price includes local indirect taxes 2 KPMG Uganda USD 510,242 estimated at USD 75,222 The financial proposals were crosschecked for consistency especially key staff time- input. This was compared with the details of staffing contained in the technical proposals submitted by the consultants. Staff numbers, time-input names of the proposed staff for the different positions were consistent in both the technical and financial proposals for each firm. All the firms submitted the proposals in the format provided in the RFP, and the committee did not identify any peculiarities. Both consultants’ deliverables and overhead expenses in relation to activities in the technical proposals were appropriately costed in the financial proposal submitted by each of the firms. Conversion of prices into one currency. SkillsDMC priced its proposal in Australian Dollars, which was converted into United States Dollars for evaluation purposes, using the selling (exchange) rate of 0.74950, published by Bank of Uganda on the date for closing of submission of proposals (i.e. December 14, 2016). This was in accordance with Data Sheet ITC clause reference 26.1 which stated that the single currency for conversion of all proposals expressed in various currencies shall be the United States Dollar using the selling exchange rate published by Bank of Uganda on the deadline for submission of proposals. On the basis of the evaluation methodology set out in the invitation, it is recommended that M/S SkillsDMC is awarded a contract for consultancy services for Conducting a Due Diligence/Technical Evaluation of Matching grants at a contract sum of USD AUD 431, 265.23 (Australian Dollars Four Hundred Thirty One Thousand Two hundred Sixty Five Point Two Three only) subject to negotiations. 49 | P a g e 51 Section IV. Financial Evaluation Report—Award Recommendation—Forms Form IVA. Financial Evaluation—Basic Data Form IVB. Adjustments—Currency Conversion—Evaluated Prices Form IVC. QCBS—Combined Technical/Financial Evaluation—Award Recommendation Section VI. Financial Evaluation—Award Recommendation—Forms 52 Form IVA. Financial Evaluation—Basic Data 4.1 Bank’s no-objection to technical evaluation report (QCBS) Date: 24 February 2017 4.2 Public opening of financial proposals Date: 7 March 2017 Time: 10:00 am (a) Names and proposal prices 1. Skills DMC: AUD 431,265.23 2.KPMG: USD 510,242 Both consultants were represented at the proposal opening 4.3 Evaluation committee: members’ Same as in the technical evaluation names and titles 4.4 Methodology (formula) for Weight inversely proportional to cost evaluation of cost 4.5 Submission of final Date 17 March 2017 technical/financial evaluation report to the Bank 4.6 QCBS (a) Technical, financial and final scores Consultant’ Technical Financial Final (Quality and Cost Based: technical scores Name scores scores scores only Skills DMC 91.09 100 93.7 KPMG 73.7 74.3 73.79 (b) Award recommendation Award of contract to M/S SkilsDMC at a contract sum of AUD 431, 265.23 (Australian Dollars Four Hundred Thirty One Thousand Two hundred Sixty Five Point Two Three only) subject to negotiations. 52 | P a g e Form IVB. Adjustments—Currency Conversion—Evaluated Prices Evaluated Conversion to currency of evaluation Financial scores Proposals’ prices Adjustments price(s) Consultants’ Amounts Exchange rate(s)e Proposals’ Names Currency (1) (2) (3) = (1) + (2) (4) prices in USD (6) (5) = (3)(4) SkillsDMC 431,265.23 AUD 1 = 0.74950 USD11 AUD 10 Nil 431,265.23 323,233.29 100 KPMG USD 510,24212 75,222 435,020 0.00 435,020 74.3 10 Amount of taxes excluded 11 BOU Exchange Rate as at 14/December/2016 12 The quoted amount is inclusive of local taxes estimated at 75,222 Form IVC. QCBS—Combined Technical/Financial Evaluation—Award Recommendation Technical Financial Evaluation Evaluation Combined Evaluation Technical Weighted Financial Weighted scores scores Technical scores scores Scores Consultants’ names S(t) S(t) ´ Tb rank S(f) S(f) ´ F S(t) T + S(f) F Rank SkillsDMC 91.09 63.7 1 100 30 93.7 1 KPMG 73.7 51.59 2 74.2 22.2 73.79 2 Award recommendation To highest combined technical/financial score. Consultant’s name: SkillsDMC 54 | P a g e ANNEX: RECORD OF FINANCIAL PROPOSAL OPENING 55 | P a g e 56 | P a g e 57 | P a g e Annex: Bank of Uganda Exchange Rate as at 14th December 2016 58 | P a g e Annex V. Miscellaneous Annexes—Ad Hoc Contracts committee approval of the Technical Evaluation Report 60 | P a g e PROCUREMENT Uganda : Skills Development Project PLAN General Information Country: Uganda Bank’s Approval Date of the Original Procurement Plan: 2017-04-05 2018-11-01 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P145309 GPN Date: Project Name: Skills Development Project Loan / Credit No: IDA / 56120 Executing Agency(ies): Ministry of Education, Science, Technology and Sports, Private Sector Foundation Uganda WORKS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-MOESTS-10264-CW-RFB / Civil Works for the renovations and expansion of Pending facilities at 2 Centers of Open - Single Stage - One IDA / 56120 Prior Request for Bids 0.00 Implementati 2017-10-15 2017-10-20 2017-12-01 2017-12-31 2018-02-04 2018-08-03 Excellence at UTC Bushenyi, International Envelope on Bukalasa Agricultural College and 6 selected VTIs (lot 1&lot 2) UG-MOESTS-10267-CW-RFB / Civil Works for the renovations and expansion of Pending Open - Single Stage - One facilities at 2 Centers of IDA / 56120 Prior Request for Bids 0.00 Implementati 2018-03-15 2018-03-20 2018-05-01 2018-05-31 2018-07-05 2019-01-01 International Envelope Excellence at UTC Lira & on UTC Elgon and 6 selected VTIs (lot 3&lot 4) GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-MOESTS-10313-GO-RFQ Pending / Purchase of Office Request for Single Stage - One IDA / 56120 Post Limited 0.00 Implementati 2017-04-08 2017-06-03 2017-11-30 Equipment (for Project/MOES Quotations Envelope on staff) UG-MOESTS-9659-GO-RFB / Purchase of eight units Single Stage - One (08) of 4wd Motor vehicles IDA / 56120 Post Request for Bids Open - National 389,831.47 Signed 2017-04-28 2017-05-03 2017-06-14 2017-07-14 2017-08-18 2018-02-14 Envelope for project coordination and implementation activities UG-MOESTS-10001-GO-RFB / Supply and installation of Pending workshops & equipment for Open - Single Stage - One IDA / 56120 Prior Request for Bids 0.00 Implementati 2017-08-30 2017-09-04 2017-10-16 2017-11-15 2017-12-20 2018-06-18 UTC Bushenyi & Bukalasa International Envelope on Agric.College and 6 VTIs (lot 1& lot 2) UG-MOESTS-10004-GO-RFB / Supply and installation of Pending Open - Single Stage - One workshops & equipment for IDA / 56120 Prior Request for Bids 0.00 Implementati 2017-09-30 2017-10-05 2017-11-16 2017-12-16 2018-01-20 2018-07-19 International Envelope UTC Lira & UTC Elgon and on 6 VTIs (lot 3 & lot 4) Page 1 UG-MOESTS-10005-GO-RFB / Supply and Delivery of Training & instructional Pending Open - Single Stage - One materials,curricula & IDA / 56120 Prior Request for Bids 0.00 Implementati 2017-08-30 2017-09-04 2017-10-16 2017-11-15 2017-12-20 2018-06-18 International Envelope textbooks for UTC Bushenyi on & Bukalasa Agric.College & 6 VTIs(lot 1& lot 2) UG-MOESTS-10009-GO-RFB / Supply and Delivery of Training & instructional Pending Open - Single Stage - One materials,curricula & IDA / 56120 Prior Request for Bids 0.00 Implementati 2017-09-30 2017-10-05 2017-11-16 2017-12-16 2018-01-20 2018-07-19 International Envelope textbooks for UTC Lira & on UTC Elgon & 6 VTIs (lot 3 & lot 4) UG-MOESTS-18062-GO-RFB / Design, establishment and operationalization of MIS for Under Open - Single Stage - One BTVET (to include IDA / 56120 Prior Request for Bids 0.00 Implementati 2017-07-28 2017-08-02 2017-09-13 2017-10-13 2017-11-17 2018-05-16 International Envelope developing a tracer tracking on system for graduates at the colleges) NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-MOESTS-16253-NC-RFQ Pending / Printing & Photocopying Request for Single Stage - One IDA / 56120 Post Limited 0.00 Implementati 2017-09-20 2017-11-15 2018-05-14 (tender documents, reports Quotations Envelope on etc ) through call-off orders UG-PSFU-60703-NC-RFP / Request for Single Stage - One Recruitment of a Project IDA / 56120 Post Open - National 0.00 Canceled 2018-04-25 2018-04-30 2018-06-11 2018-07-11 2018-08-15 2019-02-11 Proposals Envelope Driver CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-PSFU-10757-CS-QCBS / Quality And Cost- Open - TA for Activity Monitoring IDA / 56120 Prior 203,676.74 Signed 2017-03-22 2017-03-29 2017-04-26 2017-05-17 2017-05-24 2017-06-14 2017-07-19 2018-07-19 Based Selection International & Results Measurement UG-PSFU-10759-CS-QCBS / TA Conducting a Due Quality And Cost- Open - IDA / 56120 Prior 476,055.33 Signed 2017-03-22 2017-04-12 2017-05-26 2017-06-23 2017-07-23 2017-08-27 2017-10-01 2019-10-01 Diligence/Technical Based Selection International Evaluation UG-MOESTS-10765-CS- QCBS / Preparation of Quality And Cost- Open - designs and supervision IDA / 56120 Prior 1,787,824.04 Signed 2015-03-16 2015-05-14 2016-09-20 2016-11-25 2016-12-19 2017-03-20 2017-04-24 2018-04-24 Based Selection International refurbishment & ESIA for 4 CoEs & 12 VTIs (4 lots) UG-MOESTS-10329-CS-CQS Consultant / Procure a consultancy firm Pending IDA / 56120 Post Qualification Open - National 0.00 2017-08-31 2017-09-21 2017-11-04 2017-12-04 2018-01-08 2018-07-07 to carry out Procurement Implementation Selection Audit in the 3rd year Page 2 UG-MOESTS-10335-CS-CQS Consultant Pending / Procure a consultancy firm IDA / 56120 Post Qualification Open - National 0.00 2017-08-31 2017-09-21 2017-11-04 2017-12-04 2018-01-08 2018-07-07 Implementation for annual Financial Audits. Selection UG-MOESTS-10350-CS-CQS Consultant / Procure a consultancy firm Pending IDA / 56120 Post Qualification Open - National 0.00 2017-05-26 2017-06-16 2017-07-30 2017-08-29 2017-10-03 2018-04-01 for Annual Performance Implementation Selection Audits. UG-MOESTS-10360-CS-CQS / Procure a consultancy firm Consultant to carry out Physical Pending IDA / 56120 Post Qualification Open - National 0.00 2018-07-30 2018-08-20 2018-10-03 2018-11-02 2018-12-07 2019-06-05 performance and Implementation Selection Construction Audit in the Final year of the Project UG-MOESTS-10766-CS-QBS / International Accreditation, Quality Based Open - Curriculum Adaptation and IDA / 56120 Prior 3,135,565.77 Signed 2014-08-22 2014-09-18 2016-09-16 2016-11-30 2017-01-17 2017-01-17 2017-02-07 2018-02-07 Selection International Training of Faculties for UTC Bushenyi UG-MOESTS-10767-CS-QBS / International Accreditation, Quality Based Open - Curriculum Adaptation and IDA / 56120 Prior 2,462,124.36 Signed 2014-08-22 2014-10-09 2016-09-16 2016-11-30 2017-01-17 2017-02-16 2017-03-23 2018-03-23 Selection International Training of Faculties for Bukalasa Agric. College UG-MOESTS-9658-CS-QCBS / Design and Implementation Quality And Cost- Open - Under of a Communication Strategy IDA / 56120 Prior 0.00 2017-03-30 2017-04-20 2017-06-03 2017-07-01 2017-07-31 2017-09-04 2017-10-09 2018-10-09 Based Selection International Implementation and re- branding the BTVET image UG-MOESTS-26777-CS- QCBS / Carry out a capacity skills needs assessment, establish Quality And Cost- Open - Under IDA / 56120 Prior 0.00 2017-09-29 2017-10-20 2017-12-03 2017-12-31 2018-01-30 2018-03-06 2018-04-10 2019-04-10 Occupational standards, and Based Selection International Implementation develop Sector Skills Strategy and Plan in the three sectors (Agriculture, Construction, Manufacturing) UG-MOESTS-16548-CS-CQS / Carry out a capacity skills needs assessment, establish Consultant Occupational standards, and IDA / 56120 Post Qualification Open - National 0.00 Canceled 2017-07-20 2017-08-10 2017-09-23 2017-10-23 2017-11-27 2018-05-26 develop Sector Skills Selection Strategy and Plan in the Agricultural sector UG-MOESTS-16550-CS-CQS / Carry out a capacity skills needs assessment, establish Consultant Occupational standards, and IDA / 56120 Post Qualification Open - National 0.00 Canceled 2017-07-20 2017-08-10 2017-09-23 2017-10-23 2017-11-27 2018-05-26 develop Sector Skills Selection Strategy and Plan in the construction sector. UG-MOESTS-9649-CS-QCBS / Design, establish and Quality And Cost- Open - operationalize a Management IDA / 56120 Prior 0.00 Canceled 2017-03-30 2017-04-20 2017-06-03 2017-07-01 2017-07-31 2017-09-04 2017-10-09 2018-10-09 Based Selection International Information System (MIS) for BTVET UG-PSFU-10760-CS-CQS / Consultant Open - TA Conducting Independent IDA / 56120 Prior Qualification 0.00 Canceled 2017-03-22 2017-04-12 2017-05-26 2017-06-25 2017-07-30 2019-07-30 International Verification Selection Page 3 UG-PSFU-72477-CS-CQS / Consultant Pending Management Information IDA / 56120 Post Qualification Open - National 0.00 2018-08-02 2018-08-23 2018-10-06 2018-11-05 2018-12-10 2019-06-08 Implementation System Selection INDIVIDUAL CONSULTANTS Page 4