You are on page 1of 31

REPUBLIC OF KENYA

THE PRESIDENCY MINISTRY OF DEVOLUTION AND PLANNING

REQUEST FOR PROPOSAL SELECTION OF UWEZO FUND CAPACITY BUILDING PROGRAMME SERVICE PROVIDERS TENDER NO. MDP/19/2013-2014 CLOSING DATE 11th MARCH 2014 AT 10.00AM

REPUBLIC OF KENYA

THE PRESIDENCY MINISTRY OF DEVOLUTION AND PLANNING TERMINATION OF TENDER NO. MDP/8/2013-2014 FOR SELECTION OF UWEZO FUND CAPACITY BUILDING PROGRAMME SERVICE PROVIDERS TENDER RE-ADVERTISEMENT SELECTION OF UWEZO FUND CAPACITY BUILDING PROGRAMME SERVICE PROVIDERS TENDER NO. MDP/19/2013-2014 Parliament has now approved the regulations to govern the Uwezo Fund management and Operational framework. In this regard, the Ministry of Devolution and Planning, in fulfillment of part of its mandate as the Ministry responsible for women and youth affairs under the Presidency, wishes to re-advertise for the Uwezo Fund Capacity Building Programme that seeks to promote informed and effective participation of target beneficiaries of the UWEZO Fund by providing them with a broad range of business development services and mentorship opportunities. The specific objectives of the UWEZO Fund capacity building program will include; i. ii. iii. iv. v. To facilitate potential UWEZO Fund beneficiaries with business development capacities. To facilitate the youth and women to form businesses that will consolidate the individual enterprises into groups that can qualify to apply for UWEZO Fund. To improve youth and women entrepreneurs capacity to do business through training. To facilitate women and youth capabilities to benefit from the 30% procurement preference provision in all government tenders and contracts To link youth and women owned enterprises with corporate business and forward markets for collaboration and support

Key Focus Areas for UWEZO Fund Capacity Building Program I. II. III.
2

Focus Area 1: Dissemination of General Information on UWEZO Fund Focus Area 2: Provide Business Development Services and Mentoring to Youth and Women groups Focus Area 3: Table Banking Concept

IV.

Focus Area 4: Promote Access to Public Procurement Opportunities in a Devolved Context

Expected Profile of UWEZO Fund Capacity Building Service Providers: i. ii. iii. iv. v. vi. vii. viii. ix. x. Should have capacity to translate the training programs into local languages in the areas they expect to work Should have capacity and (previous) experience to develop and assist in the carrying out of entrepreneurship campaigns. Demonstrate experience in carrying out trainings for Youth and Women Programs on business planning and business modeling. Experience in developing commercial youth and women entrepreneurship programmes or projects in Kenya and/or Africa; Participation in youth and women employment initiatives and research within Kenya and East Africa; Global entrepreneurship development networks that will incorporate a world-class/best practice perspective in the programme; Must demonstrate or have practical existing linkages with business, government, academia and other stakeholders. Operational in Kenya with an active field presence for at least 3 years; Acceptance of a direct performance contract where payments will be based on proven outputs rather than time-based and activity payments; Capacity and willingness to meet the reporting, monitoring and evaluation requirements.

Time Frame: The implementation of the initial UWEZO Fund capacity building programme is 12 months. Scope of operation The Uwezo Fund will be implemented across the 47 counties. Interested Uwezo Fund capacity building service providers shall be expected to train on ALL focus areas within the following regions: Region 1: 1. Garissa 2. Wajir 3. Mandera 4. Isiolo Region 2: 1. Turkana 2. West pokot 3. Samburu 4. Marsabit Region 3:
3

1. 2. 3. 4. 5. 6.

Mombasa Kwale Kilifi Tana River Lamu Taita Taveta

Region 4: 1. Meru 2. Tharaka-Nithi 3. Embu

4. Kitui 5. Makueni Region 5: 1. Kakamega 2. Vihiga 3. Bungoma 4. Busia 5. Siaya Region 6: 1. Kisumu 2. Homabay 3. Migori 4. Kisii 5. Nyamira

Region 7: 1. Trans Nzoia 2. Uasin Gishu 3. Elgeyo/Marakwet 4. Baringo Region 8: 1. Nandi 2. Nakuru 3. Narok 4. Kericho 5. Bomet Region 9: 1) Nyandarua 2) Laikipia 3) Nyeri 4) Kirinyaga 5) Muranga Region 10: 1) Nairobi 2) Kajiado 3) Machakos 4) Kiambu
4

Bidders may bid for more than ONE region but to a maximum of THREE regions. The tender document may be obtained from the Supply Chain Management office Room no.716, Ministry of Devolution and Planning during normal working hours. Applications shall be submitted in a plain sealed envelope indicating tender reference number and should be addressed to:

THE PRINCIPAL SECRETARY MINISTRY OF DEVOLUTION AND PLANNING P.O. BOX 40213 00100 NAIROBI And be deposited in the tender box on 9th Floor, Treasury Building so as to be received on or before 11th March, 2014 at 10.00am. Application shall be opened immediately thereafter, in the presence of candidates or their representatives who may choose to attend, in the boardroom, situated on the 10th Floor, or as may be directed on the day.

HEAD, SUPPLY CHAIN MANAGEMENT SERVICES FOR: PRINCIPAL SECRETARY

TABLE OF CONTENTS

SECTION 1
SECTION II

TENDER RE-ADVERTISEMENT TABLE OF CONTENTS

2 6

SECTION III -

INFORMATION TO ORGANISATIONS

SECTION IV

TECHNICAL PROPOSAL

14

SECTION V

FINANCIAL PROPOSAL

22

SECTION V1

TERMS OF REFERENCE

28

SECTION II
2.1

INFORMATION TO ORGANISATIONS

Introduction

2.1.1 The Ministry of Devolution and Planning which is the ministry for the time being in charge of women and youth will select an organization from among those firms offering proposals for consultancy services to provide capacity building services for the Uwezo Fund Capacity Building Programme. 2.1.2 The Organizations are invited to submit a technical proposal and a financial proposal for consulting services required for the assignment stated in the letter of invitation (Section I) 2.1.3 Selection will be based on evaluation of the technical proposal and financial proposal, which must be comprehensive and accurate. However, the organization whose technical proposal is ranked highest may be invited to negotiate financial terms on the basis of the set scale of fees where such fees are prescribed by an existing government policy. The technical proposals will be the basis for contract negotiations and ultimately for a signed contract with the selected organization. 2.1.4 The cost of preparing the proposal and negotiating the contract including any visit to the Ministry are not reimbursable as a direct cost of the assignment. The Ministry is not bound to accept any of the proposals submitted. 2.1.5 The Ministrys employees, committee members, board members and their relative (spouse and children) are not eligible to participate in the tender. 2.2 Clarification and amendment to the RFP documents

2.2.1 Organization may request clarification of any of the RFP documents not later than Seven (7) days before the deadline for the submission of the proposals. Any request for clarification must be sent in writing by post, fax, or email to the Ministrys address indicated in the notes to the Technical proposal. The Ministry will respond by post, fax or email to such requests (including an explanation of the query but without identifying the source of inquiry). 2.2.2 The Ministry shall reply to any clarifications sought by the bidder within 3 days of receiving the request to enable the consulting company make a timely submission of its tender.

2.2.3 At any time before the deadline for submission of the proposals, the Ministry may for any reason, either by its own initiative or in response to a clarification requested by an Organization, amend the RFP. Any amendment shall be communicated to the bidders through an advertisement in the press or through the Ministrys website and will be binding on them. The Ministry may at its discretion extend the deadline for the submission of the proposals. 2.3 Preparation of proposals

2.3.1 The Organizations proposal shall be written in English language. 2.3.2 In preparing the Technical proposal, the bidder is expected to examine the documents of the RFP in detail. Material deficiencies in providing the information requested may result in rejection of a proposal. Irrelevant information not answering the direct parts of this RFP is discouraged. 2.3.3 While preparing the Technical proposal, the Organization must give particular attention to the following: (a) If an organization considers that it does not have all the expertise required for the assignment it may propose external expertise in the proposals, which it intends to sub-contract to assist in the assignment provided that they will not be party to the contract for the purpose of the performance of the assignment. An organization will not propose another Organization or Organizations, which have submitted proposals. Any Organization in contravention of this requirement shall be disqualified. An indication of all the staff who will be involved in the exercise as well as their respective responsibilities and staff time as necessary should be given in the relevant appendices. The proposal should include the signed copies of the Curriculum Vitae (CV) of key staff proposed including: a. The executive leader of the organization, b. Key programme staff who shall be the direct liaison with the Uwezo Fund Secretariat; and c. At least one key technical Staff member/Consultant must be submitted with the Proposal. It is desirable that the majority of key professional staff proposed be permanent employees of the organization or have an extended and stable working relationship with it.

(b) (c)

(d)

2.3.4 The Technical proposal shall provide the following information;

(a)

(b) (c) (d)

The organizations profile and a brief description of any recent experience on assignments of a similar nature. For each assignment, the brief should indicate the profiles of staff involved the contracts amount and the Organizations involvement. Any comments or suggestions on the Terms of Reference and a list of service and facilities requested to be provided by the Ministry. A description of the methodology, work plan and monitoring and evaluation plan proposed for performing the assignment. Any additional information requested in the special conditions of contract.

2.3.5 The Technical proposal shall be separate from the financial proposal and shall not include any financial information. 2.4 Financial proposal

2.4.1 In preparing the financial proposal, the Organizations are expected to take into account the time required in completing the assignment as outlined in the RFP documents. The financial proposal should follow the standard forms provided and be broken down by activity where appropriate. 2.4.2 The Financial proposal should include the payable taxes. 2.4.3 The fees shall be expressed in Kenya Shillings. 2.4.4 The Financial proposal must remain valid for at least 90 days after the submission date. During this period, the organization is expected to keep available at its own cost any staff proposed for the assignment. The Ministry will make best efforts to complete negotiations within this period. If the Ministry wishes to extend the validity period of the proposals, the organizations will be duly informed. 2.4.5 The financial proposal must comply with the laws governing public finance in Kenya. 2.5 Submission, Receipt and opening of proposals

2.5.1 The technical proposal and the financial proposal shall be prepared in indelible ink. It shall contain no interlineations or overwriting, except as necessary to correct errors made by the Organizations themselves. Any such corrections must be initialed by the authorized signatory.

2.5.2 For each proposal, the Organizations shall prepare the proposals in the number of copies indicated in the special conditions of contract. Each Technical proposal and financial proposal shall be marked ORIGINAL or COPY as appropriate. If there are any discrepancies between the original and the copies of the proposal, the original shall govern. 2.5.3 The original and all copies of the Technical proposal shall be placed in a sealed envelope clearly marked TECHNICAL PROPOSAL, and the original and all copies of the financial proposal in a sealed envelope duly marked FINANCIAL PROPOSAL. Both envelopes shall be placed in an outer envelope and sealed. This outer envelope shall bear the Ministrys address and other information indicated in the appendix to the instructions to Organisations and clearly marked DO NOT OPEN before 6th September, 2013 at 10.00 am. 2.5.4 The completed Technical and Financial proposals must be delivered at the submission address on or before the time and date of the submission of the proposals indicated in the appendix to the instructions to organisations. Any proposals received later than the closing date for submission of proposals shall be returned to the respective consultant unopened. 2.5.5 After the deadline for submission of proposals, the outer envelope and the technical proposals shall be opened immediately by the opening committee. The financial proposals shall be marked with the Organizations number allocated at the time of opening but shall remain sealed and in the custody of a responsible officer of the Ministry up to the time set for opening them. 2.6 Evaluation of the Proposal (General)

2.6.1 From the time the proposals are opened to the time of the contract award, if any Organization wishes to contact the Ministry on any matter relating to his/her proposal, he/ she should do so in writing at the address indicated in the appendix to the instructions to organizations. Any effort by an organization to influence (directly or indirectly) the Ministrys staff or any Committee Member in the evaluation of proposals, proposal comparison or contract award decision may result in the rejection of the Organization proposal. 2.6.2 The proposal evaluation committee shall have no access to the Financial Proposal, which in any case will remain sealed, until the technical evaluation is concluded or finalized.

10

2.7

Evaluation of Technical Proposals

2.7.1 The evaluation committee appointed by the Ministry to evaluate the proposals shall carry out the evaluation of technical proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria as followings: CRITERIA (I) Profile of the Organization (ii) (iii) Specific experience of the Organization related to the assignment Adequacy of methodology, work plan and monitoring and evaluation plan in response to the Terms of reference Total points POINTS 30 30

40 100

2.7.2 Any proposal which will be examined and found not to comply with all the requirements for submission of the proposals will be declared non responsive. All the proposals found to have complied with all the requirements for submission of proposal shall be declared responsive by the evaluation committee 2.7.3 Each responsive proposal will be given a technical score (ST). Any technical proposal which fails to achieve the total minimum score indicated in the appendix to the information to bidders shall be rejected at this stage and will not proceed to the next stage of evaluation. The respective financial proposal will be returned to the organization unopened. 2.8 Opening and Evaluation of Financial Proposals

2.8.1 After completion of the evaluation of Technical proposals the Ministry shall notify the organizations whose proposal did not meet the minimum technical score or were declared non responsive to the RFP and terms of reference. The notification will indicate that their financial proposals shall not be opened and will be returned to them unopened after the completion of the selection process and
11

contract award. The Ministry shall simultaneously notify the organizations who have secured the minimum technical score that they have passed the technical qualifications and inform them the date and time set for opening their financial proposal. The organizations will also be invited to attend the opening ceremony if they wish to do so. 2.8.2 The financial proposals shall be opened by the Ministrys tender opening committee in the presence of the representatives of the organizations who choose to attend the opening. The name of the organization, the technical score and the proposed fees shall be read out aloud and recorded. The Tender Opening committee shall prepare minutes of the opening of the financial proposals. 2.8.3 The formulae for determining the financial score (SF) shall be as follows: Sf Sf = 100 x fm/f where

is the financial score

Fm is the lowest fees quoted and F is the fees of the proposal under consideration. The lowest fees quoted will be allocated the maximum score of 100 2.8.4 The Organizations proposals will be ranked according to their combined technical score (st) and financial score (sf) using the weights indicated in this paragraph. The formulae for the combined scores shall be as follows; S = ST x T% + SF x P% Where S, is the total combined scores of technical and financial scores St is the technical score Sf is the financial score T is the weight given to the technical proposal at 80%, and P is the weight given to the financial proposal at 20% Note P + T will be equal to 100%
12

The Organization achieving the highest combined technical and financial score will be invited for negotiations. 2.9 Negotiations

2.9.1 Negotiations will be held at the same address indicated in the appendix to the information to organizations. The purpose of the negotiations is for the Ministry and the successful organization to reach agreements on all points regarding the assignment and sign a contract. 2.9.2 The negotiations will include a discussion on the technical proposals, the proposed methodology, work plan, staff, and any suggestions made by the organization to improve the Terms of reference. The agreed work plan and Terms of reference will be incorporated in the description of the service or assignment and form part of the contract. 2.9.3 The negotiations will be concluded with a review of the draft contract. If negotiations fail, the Ministry will invite the organization whose proposal achieved the second highest score to negotiate a contract. 2.10 Award of Contract 2.10.1 The contract will be awarded before commencement of negotiations. After negotiations are completed, the Ministry will promptly notify the other organizations that they were unsuccessful. 2.10.2 The selected organization is expected to commence the assignment on the date agreed with the Ministry. 2.11 Confidentiality 2.11.1 Information relating to evaluation of proposals and recommendations of contract award shall not be disclosed to the organizations who submitted proposals or to other persons not officially concerned with the process, until the selected organization has been notified that he/she has been awarded the contract.

13

SECTION III

TECHNICAL PROPOSAL

Notes on the preparation of the Technical Proposals 3.1 In preparing the technical proposals the consultant is expected to examine all terms and information included in the RFP. Failure to provide all requested information shall be at the consultants own risk and may result in rejection of the consultants proposal. The technical proposal shall provide all required information and any necessary additional information and shall be prepared using the standard forms provided in this Section. The Technical proposal shall not include any financial information. Technical proposals that will not have achieved an average score of 70 points or more will be eliminated during the technical evaluation. The profile of the organization should include incorporation documents in accordance with the Kenyan Law. Completed sealed application and documentation should be deposited at the ministrys tender box on 9th floor of Treasury building. Applications may also be mailed through the address below so as to reach the ministry on or before Friday 6th September 2013 at 10:00 am. The bids will be opened immediately thereafter in the main conference room 10th floor. Bids are to be addressed to: The Principal Secretary, Ministry of Devolution and Planning Treasury Building P.O. Box 30005-00100 NAIROBI.

3.2

3.3

3.4 3.5

3.6

14

TABLE OF CONTENTS Page 1. 2. 3. Technical proposal submission form. Profile of the Organization .. Comments and suggestions of consultants on the Terms of reference and on data, services and facilities to be provided by the procuring entity.. 4. Description of the methodology, work plan and Monitoring and Evaluation Plan for performing the Assignment.. 5. 6. 7. Team composition and Task assignments.. Format of curriculum vitae (CV) for proposed Professional Staff.. Time/Work Schedule 19 20 17 18 16 14 15

15

1. TECHNICAL PROPOSAL SUBMISSION FORM


[_______________ Date]

To: Dear

______________________[Name and address of Client)

We, the undersigned, offer to provide the consulting services for __________________ _______________________________ [Title of consulting services] in accordance with your Request for Proposal dated ______________________ [Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, [and a Financial Proposal sealed under a separate envelope-where applicable]. We understand you are not bound to accept any Proposal that you receive. We remain, Yours sincerely, ________________________________ [Authorized Signature]: ________________________________ [Name and Title of Signatory] ________________________________ [Name of Firm] _______________________________ [Address]

16

2. PROFILE OF THE ORGANIZATION


Using the format below or a similar format, provide information on ALL the RELEVANT assignments over the last FIVE years for which your firm either individually, as a corporate entity or in association, was legally contracted.
Assignment Name: Location within Country: Country: Professional Staff provided by Your Firm/Entity(profiles):

Name of Client:

Clients contact person for the assignment. No of Staff-Months; Duration of Assignment: Completion Date (Month/Year): Approx. Value of Services (Kshs) No of Months of Professional Staff provided by Associated Consultants:

Address: Start Date (Month/Year):

Name of Associated Consultants If any:

Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed: Narrative Description of project: Description of Actual Services Provided by Your Staff:

*Include incorporation documents in accordance with the Kenyan Law Firms Name: ___________________________________ Name and title of signatory; ________________________ (May be amended as necessary)
17

3. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF REFERENCE AND ON DATA SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT
On the Terms of Reference: 1. 2. 3. 4. 5.

On the data, services and facilities to be provided by the Client: 1. 2. 3. 4. 5.

4. DESCRIPTION OF THE METHODOLOGY, WORK PLAN AND MONITORING AND EVALUATION PLAN FOR PERFORMING THE ASSIGNMENT

18

5. TEAM COMPOSITION AND TASK ASSIGNMENTS


1. Technical/Managerial Staff
NAME POSTION TASK

2. Support Staff
NAME POSITION TASK

6. FORMAT OF CURRICULUM VITAE (CV) OF PROPOSED PROFESSIONAL STAFF


Proposed Position: ______________________________________________________ Name of Firm: Name of Staff: Profession:
19

______________________________________________________ ______________________________________________________ ______________________________________________________

Date of Birth: Years with Firm:

______________________________________________________ __________________________ Nationality: _________________

Membership in Professional Societies: ________________________________________

Detailed Tasks Assigned: _______________________________________________________

Key Qualifications:

[Give an outline of staff members experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations].

Education:

[Summarize college/university and other specialized education of staff member, giving names of schools, dates attended and degree[s] obtained.]

Employment Record:

[Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, titles of positions held, and locations of assignments.]
Certification: I, the undersigned, certify that these data correctly describe me, my qualifications and my experience. _________________________________________________ Date: ________________

[Signature of staff member]

_________________________________________________ Date; ________________

[Signature of authorised representative of the firm]


20

Full name of staff member: ________________________________________________ Full name of authorized representative: _______________________________________

7. TIME/WORK SCHEDULE
(a) Activity Schedule
DAYS/WEEKS/MONTHS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Etc. ACTIVITY

(a) Completion and submission of reports


REPORTS 1. Inception Report 2. Interim Progress Report 3. Draft Report 4. Final Report SUBMISSION DATE

21

SECTION IV

FINANCIAL PROPOSAL

Notes on preparation of Financial Proposal 4.1 The Financial proposal prepared by the consultant should list the costs associated with the assignment. 4.2 The financial proposal shall be in Kenya Shillings or any other currency allowed in the request for proposal and shall take into account the tax liability and cost of insurances specified in the request for proposal. 4.3 The financial proposal should be prepared using the Standard forms provided in this part 4.4 The financial proposal should include the Organizations Audited accounts, three years preceding this request and a tax compliant certificate

22

TABLE OF CONTENTS Page 1. 2. 3. 4. 5. 6. Financial proposal submission Form. Summary of costs. Breakdown of price/per activity... Breakdown of remuneration per activity..... Reimbursable per activity.. Miscellaneous expenses. 28 29 24 25 26 27

23

1. FINANCIAL PROPOSAL SUBMISSION FORM


________________ [ Date]

To: ______________________________________ ______________________________________ ______________________________________ [Name and address of Client] Dear We, the undersigned, offer to provide the consulting services for (____________) [Title of consulting services] in accordance with your Request for Proposal dated (______________) [Insert Date] and our Proposal. Our attached Financial Proposal is for the sum of (_______________________________________________________________) [Amount in words and figures] inclusive of the taxes. We remain, Yours sincerely, _____________________________ _____________________________ _____________________________ _____________________________ [Authorized Signature] [Name and Title of Signatory]: [Name of Firm] [Address]

24

2. SUMMARY OF COSTS
Cost Currency(ies) Amount

Sub Total Taxes Total amount of Financial Proposal ________________________

3. BREAKDOWN OF PRICE PER ACTIVITY


Activity No:____________________________ Price Component Remuneration Reimbursable Miscellaneous Expenses Sub Total _____________________________________ Description:____________________________ Amount

25

4. BREAKDOWN OF REMUNERATION PER ACTIVITY


Activity No.: __________________________ Names Position Name:________________________________ Remuneration Rate Amount

Input (Staff months, days or hours as appropriate.)

Regular staff (i) (ii) Consultants Grand Total _____________

5. REIMBURSIBLES PER ACTIVITY


Activity No.: __________________________
No. 1 2 3 4 5 Description Air travel Road travel Rail travel Subsistence Allowance Grand Total _______________ Unit

Name: _________________________
Quantity Unit Price Total Amount

26

6. MISCELLANEOUS EXPENSES
Activity No.: _______________________ Activity Name: _________________________
No. 1 Description Communication costs____ ______________________ (telephone, telegram, telex) Drafting, reproduction of Reports Equipment: computers etc. Software Grand Total Unit Quantity Unit Price Total Amount

2 3 4

27

SECTION V

TERMS OF REFERENCE (TOR)

TERMS OF REFERENCE (TOR) FOR UWEZO FUND CAPACITY BUILDING SERVICE PROVIDERS Introduction UWEZO Fund is an initiative of H.E the President of Kenya, Hon. Uhuru Kenyatta. The Fund is established in fulfillment of a pledge by H.E the President that the government would direct the 6 billion Kenya Shillings previously allocated for the election run-off towards establishing a new Youth and Women Fund that would be open to the youth and women from every part of this country. The Ministry of Devolution and Planning, in fulfillment of part of its mandate as the Ministry responsible for women and youth affairs under the Presidency, has put in place an Uwezo Fund Capacity Building Programme that seeks to promote informed and effective participation of target beneficiaries of the UWEZO Fund by providing them with a broad range of business development services and mentorship opportunities. The specific objectives of the UWEZO Fund capacity building program will include; vi. To facilitate potential UWEZO Fund beneficiaries with business development services; vii. To facilitate the youth and women to form businesses that will consolidate the individual enterprises into groups that can qualify to apply for UWEZO Fund and public procurement opportunities; viii. To improve youth and women entrepreneurs capacity to do business through training; ix. To facilitate full utilization of the 30% procurement preference provision for youth and women in all government tenders and contracts; and x. To link youth and women owned enterprises with corporate business for collaboration and support The Ministry of Devolution and Planning hereby invites proposals from qualified organizations to provide capacity building services for the UWEZO Fund Capacity Building program based on the following key focal areas:

28

Key Focus Areas for UWEZO Fund Capacity Building Program V. Focus Area 1: Dissemination of General Information on UWEZO Fund This focus area will cover the dissemination of general information on UWEZO Fund. The specific topics will include; a. Objects and purpose of the Fund b. Framework for implementations at the Constituency level c. Eligibility Criteria for Applicants VI. Focus Area 2: Provide Business Development Services and Mentoring to Youth and Women groups

This focus area is expected to offer a broad range of business development services. The services will be offered to entrepreneurs at various stages of their business development journey, from business idea development all the way to growth and maturity of the business. The focus area will provide the target groups with one-on-one support to address internal constraints (lack of business knowledge, skills, and abilities) and external constraints (enabling environment, technology, financial and legal issues). The specific interventions should include but not limited to;
a. b. c. d. e. f. g.

Support to develop memorandum , articles of associations, partnership deeds Support to register groups , business names and companies Guidance on the development of business plan for the targeted groups Training for groups and their members in various relevant skills in entrepreneurship Help and guidance with designing and promoting fundraising Networking Promote business partnership with retailers, distributors and other stakeholders in the value chain. Focus Area 3: Table Banking Concept

VII.

This focus area is expected to disseminate information on Table Banking concept. This will include case studies of success groups in the Country that are using table banking principles. VIII. Focus Area 4: Promote Access to Public Procurement Opportunities in a Devolved Context

29

This focus area is expected to disseminate information to youth, women and person with disability groups on how to access 30 per cent procurement share in government tender opportunities. The specific interventions in this area include: Training on procedures and requirements for accessing the 30% public procurement opportunity. b. Raise awareness for both the demand and supply side of the equation on the existing opportunities in public procurement at the county level; c. Train and build capacities of disadvantaged group [women, youth, persons with disabilities] to enable them to meaningfully participate in and benefit from government contracts in a devolved context.
a.

In addition to delivering the capacity building services as outlined, the successful firm will be expected to provide support to the women and youth groups in the form of professional expertise, business development services and other support in a number of fields including, but not limited to, the following: 1. Institutional and organizational assessments: these may include assessments on the operations, ownership/management structures, human resource/staffing aspects, financial structure and performance, business plans/strategies, etc.; 2. Market and value chain assessments: new market opportunities, public procurement opportunities at the local level, value adding activities, value chain linkages; 3. Business plan preparation: assist the enterprise to prepare or revise their business plan; 4. Systems development: will respond to constraints identified in the management of the enterprise and its procurement, marketing, and other operations, which may be addressed through systems research with targeted business/management service providers; 5. Audit requirements: commercial finance institutions require annual audits be carried out. Enterprises should be in a position to present the actual status of commercial and/or trading activities for the last 3 to 5 years by providing annual statements of accounts; 6. MIS development: supporting enterprises to design an effective MIS system that monitors the commercial operations of the enterprise and provides the necessary information on cost centers, operational efficiencies, etc. 7. Legal/technical assistance: to enable enterprises/groups to establish a new institutional identity or register, for example, under the company law. Scope of operation The Uwezo Fund Capacity building programme will be implemented across the 47 counties. Interested UWEZO Fund capacity building service providers should indicate the specific focus area they would like to participate in and their regional operational capacity (National / County).
30

Time Frame The implementation of the initial UWEZO Fund capacity building programme is for a period of 12 months. Expected Profile of UWEZO Fund Capacity Building Service Providers xi. Should have capacity to translate the training programs into local languages in the areas they expect to work xii. Should have capacity and (previous) experience to develop and assist in the carrying out of entrepreneurship campaigns. xiii. Demonstrate experience in carrying out trainings for Youth and Women Programs on business planning and business modeling. xiv. Experience in developing commercial youth and women entrepreneurship programmes or projects in Kenya and/or Africa; xv. Participation in youth and women employment initiatives and research within Kenya and East Africa; xvi. Global entrepreneurship development networks that will incorporate a worldclass/best practice perspective in the programme xvii. Must demonstrate practical existing linkages with business, government, academia and other stakeholders. xviii. Operational in Kenya with an active field presence for at least 3 years; xix. Acceptance of a direct performance contract where payments will be based on proven outputs rather than time-based and activity payments; xx. Capacity and willingness to meet the reporting, monitoring and evaluation requirements. Outputs and Deliverables I. II. III. IV. V. VI. A minimum of 35 women and youth groups per constituency trained on Uwezo Fund, procurement processes and Table Banking Concepts A minimum of 35 No. fundable proposals per constituency developed including cash flow projections and indication of the number of jobs the proposed projects expect to create. Demonstrable capacity built within trained groups for financial reporting. Provision of support to women and youth groups during application process and subsequent follow up of successful applicants until repayment of first instalment. Monthly Training report on capacity building undertaken. Monitoring and Evaluation Report.

31

You might also like