Invitation for Bids (IFB) -- FirstStage
Ministry of Economy and Finance, Kingdom of Cambodia
Public Financial Management Reform Program (PFMRP)
Supply and Implementation of
The Financial Management Information Systems (FMIS) Treasury System
Grant: TF-054547-KH
CAM-MEF-PFMRP-FMIS-N001
Contract for: Supply and Implementation of the Financial Management Information System (FMIS) Treasury System
1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this project that appeared in United Nations Development Business, issue no. 690 of 16 November 2006.
2. The Ministry of Economy and Finance, Royal Government of Cambodia has received a Credit of $10 million from the International Development Association toward the cost of the Public Financial Management Reform Program (PFMRP), and it intends to apply part of the proceeds of this credit to payments under the agreement(s) resulting from this IFB: Supply and Implementation of The Financial Management Information Systems (FMIS) Treasury System; CAM-MEF-PFMRP-FMIS-N001.
3. The Ministry of Economy and Finance, serves as the implementing agency for the project and now invites sealed bids from eligible Bidders for a Core Treasury System, based on a Commercial Off-the-Shelf (COTS) Solution, which will support all the requirements for automated Budget Execution,in the General Department of National Treasury (GDNT), Provincial Treasuries (PTs), and MEF Departments involved in the Budget Execution Processes. Under the contract, the system will support processing of budget credit allocations, payments, receipts, cash management, budgetary and internal control, accounting and reporting (as phase 1 of the development of the broader Financial Management Information System); but the solution must also becapable to support future, broader functionality for procurement, budget formulation, inventory and asset management, throughout the whole of Government (which may be implemented under future phases and contracts), and should therefore be hardware and software platform independent, meaning that future modules could be developed by other solution providers and in case of system expansion, the Purchaser would not be tied to a single hardware platform or application tool. However, under Phase 1, this is expectedto be an end to end system including all the requisite hardware, software, training and commissioning, and other services as described in these Bidding Documents, sufficient to ensure full operational capacity of the supplied goods and services.
4. Bidding will be conducted usingthe International Competitive Bidding (ICB) procedures specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, January 2011, and is open to all Bidders from eligible source countries as defined in the Guidelines that meet the following minimum qualification criteria:
Qualification requirements for Bidders are:
(i) The bidder (either single bidder or joint venture) must:
1. Have been operational in the information technology industry for atleast 3 consecutive years.
2. Be financially stable, with an annual gross revenue base of at least US$10 million per annum over the last three (3) financial years, andable to demonstrate access to liquid assets of at least US$2.5 million at the time of bidding.
3. Have satisfactorily and successfully completed multi-site (networked over Wide Area Network) projects involving the installation, implementation, roll-out and support of a COTS software FMIS solution in the area of budget execution, accounting and public financial management in at least two (2) Separate Governments, and at least one (1) project must have been in central Government in the Ministry of Finance (or equivalent institution); must have been for a minimum of three hundred (300) application users, must be fully completed (i.e. have achieved full operational acceptance) and must be currently operational.
4. In the case of a joint venture, one of the partners should meet at least 70% of the financial requirement.
(ii) The FMIS software (or direct product line) being proposed must be an internationally recognized Commercial Off The Shelf (COTS) package and be in operation, for budget execution, accounting and public financial management, in at least two (2) separate Governments, with multi-site departments/entities, each with a minimum of three hundred (300) application users, and must be in operation in at least one (1) Central Ministry of Finance.
(iii) Each joint venture member other than the partner-in-charge or each subcontractor undertaking asignificant portion of work under this contract (25% or greater of the estimated value of the contract) or undertaking major elements of work under this contract (software customization, maintenance, training,installation, supporting) must:
1. Have been operational in information technology or related industryfor at least three (3) consecutive years.
2. Be financially stable, with an annual gross revenue base of at least US$2.5 million per annum over the last three (3) financial years.
3. Have satisfactorily and successfully participated in at least one (1) nation-wide, multi-site project in the specific area of their proposed involvement in the bid, e.g. End-user hardware installation and commissioning; Data Centre Build; Server Configuration; Local Area Networking; Wide Area Networking; The FMIS application software configuration and implementation; public financial management support, and training.
5. Interested eligible Bidders may obtain further information from The Ministry of Economy and Finance and inspect the bidding documents at the address given below from 8.00 am to 5pm.
6. A complete set of bidding documents in English may be purchased by interested Bidders on the submission of a written application to theaddress below and upon payment of a nonrefundable fee of US$300 (three hundred United States dollars). The method of payment will be cashier's cheque or cash. The bidding documents will be sent by courier, or may be collected in person by the bidder's authorized representative, from the address below. A pre-bid meeting which potential bidders may attend will be held on December 7, 2012.
7. A two-stage bidding process will be used which will proceed as follows:
(a) The first stage bid will consist of a technical bid only, without anyreference to prices, but including a list of any deviations to the technical and commercial conditions set forth in the bidding documents and/or adding any alternative technical solutions a Bidder wishes to offer, and a justification therefor, always provided that such deviations or alternative solutions do not change the essential requirements specified in the bidding documents. Following the evaluation of first stage bids, a Bidder that adequately meets the minimum acceptable qualification criteria and has submitted a sufficiently technically responsive bid may be invited to attend a clarification meeting(s), during which the Bidder's bid will be reviewed. Any required bid-specific changes, additions, deletions and other adjustments will be noted and recorded ina memorandum, or, if amendments are of a general nature, will be promulgated via an addendum to the bidding documents. Bidders may not be invited to submit second stage bids, if their first stage bids contain departures from the requirements in such numbers or of such nature that making the bids fully responsive in the remaining time for the two-stage process cannot reasonably be expected. All other suitably qualified and eligible Bidders, however, shall receive invitations to submit second stage bids.
(b) The second stage bid will consist of: (i), the updated technical bid incorporating all changes required as recorded in the bidder-specific memorandum, and/or as necessary to reflect any Addenda to the bidding documents issued subsequent to the first bidding-stage; and (ii), the commercial bid.
8. First stage bids must be delivered to the address below at or before 09:30AM, January 8, 2013. Late bids will be rejected. First stage bids will be opened in the presence of the Bidders' representatives who choose to attend at the address below at 10:00AM, January 8, 2013.
KINGDOM OF CAMBODIA
Ministry of Economy and Finance
Public Financial Management Reform Project
St. 92, Sangkat Wat Phnom, Khan Daun Penh
Phnom Penh, Kingdom of Cambodia
Email: maun_prathna@mef.gov.kh
Website: http://fmis.mef.gov.kh/
Tel: +855 (0)23 430063
Mobile: +855 (0) 12414232