REPUBLIC OF KENYA KIAMBU COUNTY GOVERMENT REQUEST FOR PROPOSALS (RFP) FOR PROVISION OF WEBSITE DEVELOPMENT AND MANAGEMENT SERVICES

Size: px
Start display at page:

Download "REPUBLIC OF KENYA KIAMBU COUNTY GOVERMENT REQUEST FOR PROPOSALS (RFP) FOR PROVISION OF WEBSITE DEVELOPMENT AND MANAGEMENT SERVICES"

Transcription

1 REPUBLIC OF KENYA KIAMBU COUNTY GOVERMENT REQUEST FOR PROPOSALS (RFP) FOR PROVISION OF WEBSITE DEVELOPMENT AND MANAGEMENT SERVICES RFP NO KCG/EDU/003/ DATE: 26 TH AUGUST 2015 County Government of Kiambu P.O.Box Kiambu, Kenya Website:

2 TABLE of CONTENTS SECTION I - INVITATION TO TENDER... 4 SECTION II - INSTRUCTIONS TO TENDERERS... 5 APPENDIX TO INSTRUCTIONS TO THE TENDERERS SECTION III - GENERAL CONDITIONS OF CONTRACT SECTION IV- SPECIAL CONDITIONS OF CONTRACT SECTION V - SCHEDULE OF REQUIREMENTS SECTION VI- TECHNICAL SPECIFICATIONS SECTION VII- STANDARD FORMS

3 DISCLAIMER While all reasonable care has been taken in preparing this Request for Proposal (the RFP ), the information contained herein does not purport to be comprehensive or to have been verified by Kiambu County Government, any of its officers, employees, servants, agents, advisors or any other person. Accordingly, neither Kiambu County Government nor any of its officers, agents, servants or advisors accept any liability or responsibility for the adequacy, accuracy or completeness of any of the information or opinions stated herein. Save where expressly stipulated otherwise, no representation or warranty (either express or implied) is or will be given by Kiambu County Government or any of their officers, employees, servants, agents, advisors or any other person in respect of the information or opinions contained herein, or in relation to any briefing notes that may be issued in relation hereto. Kiambu County Government reserves the right to amend, modify or withdraw this RFP or to terminate any of the procedures or requirements during the procurement process in respect of which this RFP has been issued, at any time, without prior notice and without liability to compensate or reimburse any person in relation thereto. The terms and conditions set out in this RFP are stipulated for the express benefit of Kiambu County Government and, save as expressly stated to the contrary, may be waived at Kiambu County Government s discretion at any time. Kiambu County Government reserves the right to adopt any proposal made by any person responding hereto at any time and to include such proposal in any procurement documentation, which may or may not be made available to all other persons responding hereto at any stage of the procurement process, without compensation. Any data contained in this RFP has been prepared for information purposes only. It does not constitute advice and should not be relied on for this purpose. In addition, it does not constitute an offer to enter into any contract with Kiambu County Government and none of the data in this document shall be deemed to form part of any contract between Kiambu County Government and any party. Neither any data nor any opinion contained herein constitutes an offer on behalf of Kiambu County Government to buy or sell any product or service. No Bidder shall have any claim against Kiambu County Government, its officers, employees, servants, agents or advisors arising out of any matter relating to the RFP of any nature whatsoever where such claim is based on any act or omission by Kiambu County Government of any nature whatsoever under any circumstances whatsoever, or such claim is based on the content of or any omission from this RFP of any nature whatsoever

4 DEFINATIONS CGoK - County Government of Kiambu - 3 -

5 SECTION I - INVITATION TO BID Date: 26 th August 2015 RFP NO. KCG/EDU/003/ : PROVISION OF WEBSITE DEVELOPMENT AND MANAGEMENT SERVICES The County Government of Kiambu invites sealed bids from eligible and competent ICT firms specializing in provision of website development and management services. for the Kiambu County Government. The RFP may also be viewed and downloaded from the Kiambu County website: with no charge. A Bidders Briefing Session has been scheduled to take place on 2/09/2015 at 10.00AM at the Chambers, situated on the Ground Floor in Thika subcounty(former Thika Municipal Town Hall), Kenyatta Road, Thika. Bidders are encouraged to attend the Bidders Briefing Session and obtain copies of the RFP prior to attending the Bidders Briefing Session. Prices quoted should be inclusive of all taxes and delivery costs, must be expressed in Kenya Shillings and shall remain valid for a period of 120 days from the closing date of the RFP. Completed RFP are to be closed and sealed in plain envelopes, clearly marked with the bid number KCG/EDU/003/ and bids deposited in the bid box located at First Floor Thika sub county (Former Thika Municipal Town Hall) on or before 9 th September 2015 at 12:00 noon and addressed to: THE COUNTY SECRETARY KIAMBU COUNTY GOVERNMENT P.O.BOX KIAMBU, KENYA. The Bids must be accompanied by a Bid Security of Ksh 500,000 (Five Thousand Kenya Shillings) in form of a bank guarantee from a reputable bank or a letter of credit obtained from an insurance company approved by the Public Procurement Oversight Authority payable to the Kiambu County Government. Bids will be opened immediately thereafter in the presence of the bidders or their representatives who choose to attend at the Town Hall Chambers. The County Government reserves the right to reject any bid without giving reasons for the rejection and does not bind itself to accept the lowest bidder. Fredrick Kitema COUNTY SECRETARY - 4 -

6 SECTION II - INSTRUCTIONS TO BIDDERS 2.1 Eligible Bidders This RFP is open to all bidders eligible as described in the Instructions to Bidders. Successful bidders shall provide the services for the stipulated duration from the date of commencement (hereinafter referred to as the term) specified in the RFP The Kiambu County Government s employees, committee members, board members and their relatives (spouse and children) are not eligible to participate in the bid p u r s u a n t t o Section 33 of the Public Procurement & Disposal Act, Act 3 of 2005 (the Act ) unless where specially allowed under Section 131 thereof Bidders shall provide the qualification information statement that the bidder (including all members, of a joint venture and subcontractors) is not associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by Kiambu County Government to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the services under this Request for Proposals Bidders involved in corrupt or fraudulent practices or debarred from participating in public procurement shall not be eligible. 2.2 Cost of bidding The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Kiambu County Government, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process The RFP shall be available at the county website with no charge The Kiambu County Government shall allow the bidder to review the RFP free of charge. 2.3 Contents of RFP The RFP comprises of the documents listed below and addenda issued in accordance with Clause 5 of these Instructions to Bidders: i) Instructions to Bidders; ii) General Conditions of Contract; iii) Special Conditions of Contract; iv) Schedule of Requirements; v) Technical Specifications; vi) Form of Bid; vii) Price Schedules; - 5 -

7 viii) Contract Form; ix) Confidential Business Questionnaire Form; and x) Bid Security Form The Bidder is expected to examine all instructions, forms, terms and specifications in the RFP. Failure to furnish all information required by the RFP or to submit a bid not substantially responsive to the RFP in every respect will be at the bidders risk and may result in the rejection of its bid. 2.4 Bidders Briefing Session and Clarification of Documents A Bidders Briefing Session has been scheduled to take place on 2 nd September 2015 at 10.00pm at the Chambers, situated at Thika Subcounty (Former Thika Municipal Town Hall), Kenyatta Road, Thika. Bidders are encouraged to attend the Bidders Briefing Session and obtain copies of the RFP prior to attending the Bidders Briefing Session A prospective candidate making inquiries of the RFP may notify Kiambu County Government in writing or by post, fax or at the entity s address indicated in the Request for Proposals. Kiambu County Government will respond in writing to any request for clarification of the RFP, which it receives no later than seven (7) days prior to the deadline for the submission of bids, prescribed by Kiambu County. Written copies of the Procuring entities response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective bidders who have received the RFP Kiambu County Government shall reply to any clarifications sought by the bidder within 3 (three) days of receiving the request to enable the bidder to make timely submission of its bid. All clarification questions shall be circulated to the rest of the bidders Should Kiambu County Government deem it necessary to amend this RFP as a result of a clarification, it shall do so following the procedure outlined hereunder and communicate the same to all bidders. 2.5 Amendment of documents At any time prior to the deadline for submission of bids, Kiambu County Government, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the RFP by issuing an addendum All prospective bidders who have obtained the RFP will be notified of the amendment by post, fax or and such amendment will be binding on them In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, Kiambu County Government, at its discretion, may extend the deadline for the submission of bids

8 2.6 Language of bid T h e bid prepared by the bidder, as well as all correspondence and documents relating to the bid exchanged by the bidder and Kiambu County Government, shall be written in English language. Any printed literature furnished by the bidder may be written in another language provided they are accompanied by an accurate English translation of the relevant passages in which case, for purposes of interpretation of the bid, the English translation shall govern. 2.7 Documents Comprising the Bid The bid prepared by the bidder shall comprise the following components: (a) A Bid Form and a Price Schedule completed in accordance with paragraph 8, 9, 10 below. (b) Documentary evidence established in accordance with Clause 2.11 that the bidder is eligible to bid and is qualified to perform the contract if its bid is accepted; (c) Bid security furnished is in accordance with Clause 2.12 (d) Confidential business questionnaire 2.8 Form of Bid The bidders shall complete the Form of Bid and the appropriate Price Schedule furnished in the RFP, indicating the services to be performed. 2.9 Bid Prices The bidder shall indicate on the Price Schedule the unit prices where applicable and total bid prices of the services it proposes to provide under the contract Prices indicated on the Price Schedule shall be the cost of the goods and/or services quoted including all customs duties and VAT and other taxes payable: Prices quoted by the bidder shall remain fixed during the term of the contract unless otherwise agreed by the parties. A bid submitted with an adjustable price quotation will be treated as non-responsive and will be rejected, pursuant to paragraph Contract price variations shall not be allowed for contracts not exceeding one year (12 months) Where contract price variation is allowed, the variation shall not exceed 10% of the original contract price Subject to clause above, where a Price Variation is proposed by the Bidder and approved by Kiambu County Government, the Price variation requests shall be processed by the Kiambu County Government within 30 days of approving such request

9 2.10 Bid Currencies Prices shall be quoted in Kenya Shillings only Bidders Eligibility and Qualifications Pursuant to Clause 2.1, the bidder shall furnish, as part of its bid, documents establishing the bidders eligibility to bid and its qualifications to perform the contract if its bid is accepted The documentary evidence of the bidders qualifications to perform the contract if its bid is accepted shall establish to Kiambu County Government s satisfaction that the bidder has the financial and technical capability necessary to perform the contract Bid Security The bidder shall furnish, as part of its bid, a bid security of Ksh 500,000 (Five Thousand Kenya Shillings) The bid security is required to protect Kiambu County Government against the risk of Bidder s conduct which would warrant the security s forfeiture, pursuant to paragraph The bid security shall be payable to the Kiambu County Government and shall be in the form of: a) A bank guarantee from a reputable bank; or b) Such insurance guarantee approved by the Public Procurement Oversight Authority; or c) Letter of credit Any bid not secured in accordance with paragraph and will be rejected by Kiambu County Government as non-responsive, pursuant to paragraph Unsuccessful bidder s security will be discharged or returned as promptly as possible but not later than thirty (30) days after the expiration of the period of bid validity prescribed by the Kiambu County Government The successful bidder s bid security will be discharged upon the bidder signing the contract, pursuant to paragraph 2.26, and furnishing the performance security, pursuant to paragraph The bid security may be forfeited: (a) If a bidder withdraws its bid during the period of bid validity specified by the Kiambu County Government on the Bid Form; or (b) In the case of a successful bidder, if the bidder fails: - 8 -

10 (i) To sign the contract in accordance with paragraph 2.26; or (ii) To furnish performance security in accordance with paragraph 2.27; or (c) If a Bidder rejects the correction of the contents of its bid pursuant to paragraph Validity of Bids Bids shall remain valid for 120 days or as specified in the invitation to bid after date of bid opening prescribed by Kiambu County Government, pursuant to paragraph A bid valid for a shorter period shall be rejected by Kiambu County Government as non-responsive In exceptional circumstances, Kiambu County Government may solicit the Bidder s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The bid security provided under paragraph 2.12 shall also be suitably extended. A bidder may refuse the request without forfeiting its bid security. A bidder granting the request will not be required nor permitted to modify its bid Format and Signing of Bid The bidder shall prepare two (2) copies of the bid, clearly / marking each ORIGINAL RFP and COPY OF RFP, as appropriate. In the event of any discrepancy between them, the original shall govern The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the contract. All pages of the bid, except for un amended printed literature, shall be initialed by the person or persons signing the bid The bid shall have no interlineations, erasures, or overwriting except as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid Sealing and Marking of Bids The bidder shall seal the original and each copy of the bid in separate envelopes, duly marking the envelopes as ORIGINAL and COPY. The envelopes shall then be sealed in an outer envelope. The inner and outer envelopes shall: (a) (b) Be addressed to Kiambu County Government at the address given in the invitation to bid Bear, bid number and name in the invitation to bid and the words: DO NOT OPEN BEFORE 9 th September 2015 AT noon The inner envelopes shall also indicate the name and address of the bidder to enable the bid - 9 -

11 to be returned unopened in case it is declared late If the outer envelope is not sealed and marked as required by paragraph , Kiambu County Government will assume no responsibility for the bid s misplacement or premature opening Deadline for Submission of Bids Bids must be received by Kiambu County Government at the address specified under paragraph no later than 9 th September 2015 at (noon) The Kiambu County Government may, at its discretion, extend this deadline for the submission of bids by amending the RFP in accordance with paragraph 2.5, in which case all rights and obligations of the Kiambu County Government and candidates previously subject to the deadline will thereafter be subject to the deadline as extended Bulky bids which will not fit in the bid box shall be received by the Kiambu County Government as provided for in the appendix Modification and withdrawal of bids The bidder may modify or withdraw its bid after the bid s submission, provided that written notice of the modification, including substitution or withdrawal of the bid s is received by the Kiambu County Government prior to the deadline prescribed for the submission of bids The Bidder s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of paragraph A withdrawal notice may also be sent by cable, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids No bid may be modified after the deadline for submission of bids No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the bidder on the Bid Form. Withdrawal of a bid during this interval may result in the Bidder s forfeiture of its bid security, pursuant to paragraph The Kiambu County Government may, at its discretion, at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination The Kiambu County Government shall give prompt notice of the termination to the bidders and on request give its reasons for termination within 14 days of receiving the request from any bidder Opening of Bids

12 The Kiambu County Government will open all bids, in the presence of bidders representatives who choose to attend, immediately after the deadline for submission of the bids and in any event, no later than 2 nd September 2015 at 12:00 noon in the Town Council Chambers located on the Ground Floor, Kiambu County Government Offices, (Former Thika Municipal Town Hall), Kenyatta Road, Thika. The bidders representatives who are present shall sign a register evidencing their attendance The bidders names, bid modifications or withdrawals, bid prices, discounts, and the presence or absence of requisite bid security and such other details as the Kiambu County Government, at its discretion, may consider appropriate, will be announced at the opening The Kiambu County Government will prepare minutes of the bid opening which will be submitted to the bidders that signed the bid opening register and will have made the request Clarification of bids To assist in the examination, evaluation and comparison of bids the Kiambu County Government may at its discretion, ask the bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance shall be sought, offered, or permitted Any effort by the bidder to influence the Kiambu County Government in the Kiambu County Government s bid evaluation, bid comparison or contract award decisions may result in the rejection of the bidders bid Preliminary Examination and Responsiveness The Kiambu County Government will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required securities have been furnished whether the documents have been properly signed, and whether the bids are generally in order Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the candidate does not accept the correction of the errors, its bid will be rejected, and its bid security may be forfeited. If there is a discrepancy between words and figures, the amount in words will prevail The Kiambu County Government may waive any minor informality or nonconformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder Prior to the detailed evaluation, pursuant to paragraph 22, the Procuring entity will determine the substantial responsiveness of each bid to the RFP. For purposes of these paragraphs, a substantially responsive bid is one which conforms to all the terms and conditions of the RFP without material deviations. The Kiambu County Government s determination of a bid s responsiveness is to be based on the contents of the bid itself

13 without recourse to extrinsic evidence If a bid is not substantially responsive, it will be rejected by Kiambu County Government and may not subsequently be made responsive by the bidder by correction of the nonconformity Conversion to a single currency Where other currencies are used, the Kiambu County Government will convert those currencies to Kenya shillings using the selling exchange rate on the date of bid closing provided by the Central Bank of Kenya which rate the Bidder shall not be entitled to contest Evaluation and comparison of bids The Kiambu County Government will evaluate and compare the bids which have been determined to be substantially responsive, pursuant to paragraph The comparison shall be of the price including all costs as well as duties and taxes payable on all the materials to be used in the provision of the services The Kiambu County Government s evaluation of a bid will take into account, in addition to the bid price, the following factors, in the manner and to the extent indicated in paragraph and in the technical specifications: (a) (b) Operational plan proposed in the bid; Deviations in payment schedule from that specified in the Special Conditions of Contract; Pursuant to paragraph 22.3 the following evaluation methods will be applied: (a) Operational Plan. The Kiambu County Government requires that the services under the Invitation for Bids shall be performed at the time specified in the Schedule of Requirements. Bids offering to perform longer than the Kiambu County Government s required delivery time will be treated as non- responsive and rejected. (b) Deviation in payment schedule. Bidders shall state their bid price for the payment on a schedule outlined in the special conditions of contract. Bids will be evaluated on the basis of this base price. Bidders are, however, permitted to state an alternative payment schedule and indicate the reduction in bid price they wish to offer for such alternative payment schedule. The Kiambu County Government may consider the alternative payment schedule offered by the selected bidder

14 The bid evaluation committee shall evaluate the bid within 30 days from the date of opening the bid To qualify for contract awards, the bidder shall have the following:- (a) (b) (c) (d) Necessary qualifications, capability experience, services, equipment and facilities to provide what is being procured. Legal capacity to enter into a contract for procurement; Shall not be insolvent, in receivership, bankrupt or in the process of being wound up and is not the subject of legal proceedings relating to the foregoing; and Shall not have been barred from participating in public procurement Contacting the Kiambu County Government Subject to paragraph 2.19, no bidder shall contact the Kiambu County Government on any matter relating to its bid, from the time of the bid opening to the time the contract is awarded Any effort by a bidder to influence the Kiambu County Government in its decisions on bid evaluation, bid comparison or contract award may result in the rejection of the bidders bid Award of Contract a) Post qualification In the absence of pre-qualification, Kiambu County Government will determine to its satisfaction whether the bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the contract satisfactorily The determination will take into account the bidder s financial and technical capabilities. It will be based upon an examination of the documentary evidence of the bidders qualifications submitted by the bidder, pursuant to paragraph 2.1.2, as well as such other information as Kiambu County Government deems necessary and appropriate An affirmative determination will be a prerequisite for award of the contract to the bidder. A negative determination will result in rejection of the Bidder s bid, in which event Kiambu County Government will proceed to the next lowest evaluated bid to make a similar determination of that Bidder s capabilities to perform satisfactorily. b) Award Criteria Subject to paragraph 2.22 Kiambu County Government will award the contract to the successful bidder(s) whose:

15 (a) bid has been determined to be substantially responsive; (b) bid has been determined to be the lowest evaluated bid; (c) Website proposal has been evaluated as the most suitable for the County and the bidder has demonstrated satisfactorily its ability to redesign and develop the website as further described in Section 6 below The Kiambu County Government reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for the Kiambu County Government s action. If the Kiambu County Government determines that none of the bidders is responsive; the Kiambu County Government shall notify each bidder who submitted a bid A bidder who gives false information in the RFP about its qualification or who refuses to enter into a contract after notification of contract award shall be considered for debarment from participating in future public procurement Notification of award Prior to the expiration of the period of bid validity, Kiambu County Government will notify the successful bidder in writing that its bid has been accepted The notification of award will signify the commencement of contract negotiations between the successful bidder and the Kiambu County Government subject to the signing of the contract between the two entities pursuant to clause Simultaneously the other bidders shall be notified that their bids have not been successful Upon the successful Bidder s furnishing of the performance security pursuant to paragraph 2.27, Kiambu County Government will promptly notify each unsuccessful Bidder and will discharge its bid security, pursuant to paragraph Signing of Contract Within fourteen (14) days of receipt of the Contract Form, the successful bidder shall sign and date the contract and return it to Kiambu County Government The parties to the contract shall use their best endeavors to execute the contract within 30 days from the date of notification of contract award unless there is an administrative review request Performance Security Within thirty (30) days of the receipt of notification of award from Kiambu County

16 Government, the successful bidder shall furnish the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the RFP, or in another form acceptable to Kiambu County Government Failure of the successful bidder to comply with the requirement of paragraph 2.26 or paragraph shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event Kiambu County Government shall be entitled to make the award to the second qualified bidder or call for new bids Corrupt or Fraudulent Practices The Kiambu County Government requires that bidders observe the highest standard of ethics during the procurement process and execution of contracts. A bidder shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices The Kiambu County Government will reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question Further, a bidder who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in Public Procurement in Kenya

17 APPENDIX TO INSTRUCTIONS TO THE TENDERERS The following information for procurement of services shall complement or amend the provisions of the instructions to bidders. Wherever there is a conflict between the provisions of the instructions to bidders and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the instructions to bidders Instructions bidders to Particulars of appendix to instructions to bidders 2.1 Particulars of eligible bidders: ICT firms specializing in provision of website development and management services. Firms that have ICT Projects with Kiambu County that are behind schedule or have not been fully paid for because of unsatisfactory performance are not eligible and shall not be considered for award No charges will be applicable for all Bid documents are downloadable online Bid Prices: Bidders should indicate the total cost(s) required to complete the Assignment as per the detailed specifications Particulars of other currencies allowed. None Particulars of bid security if applicable. Kshs. 500,000 valid for an additional thirty (30)days after the expiry of the bid validity period Form of Bid Security: The Bid Security shall be in the form of a Guarantee from a reputable bank or an insurance company approved by The Public Procurement Oversight Authority (PPOA) Validity of Bids: Bids Shall remain valid for 120 days after date of bid opening unless otherwise extended in writing on the Kiambu County Government s request Bulky bids which do not fit in the bid box shall be delivered to the Procurement Office Room 15B

18 Bidders are required to submit copies of the following MANDATORY DOCUMENTS which will be used during Preliminary Examination to determine responsiveness: 1) Copy of certificate of Registration/Incorporation 2) Copy of Valid Tax Compliance certificate compatible with itax 3) Must Fill the Price Schedule in the format provider 4) Must Fill the Form of Bid in the format provided 5) Must Submit a Bid Security of Kshs. 500,000 valid for an additional thirty (30) days after the expiry of the bid validity period. 6) Must submit a dully filled up Confidential Business Questionnaire in format provided 7) Must submit copies of Audited accounts for 2013 & 2014 and must have a turnover of not less than Kshs. 5 Million. 8) Proven Physical location of the company/firm (attached evidence e.g. title deed, lease agreements or utility bills) 9) A valid current CR12 form 10) Valid direct manufacturers/developer authorization letter/certificate if not the manufacturer/developer or Proof of ownership if the bidder is the manufacturer e.g. patent registration/copyright/ intellectual property. 11) Site Visit Certificate signed by the Station/department Head or his appointed nominee. At this stage, the bidder s submission will either be responsive or nonresponsive. The non-responsive submissions will be eliminated from the entire evaluation process and will not be considered further

19 Instructios Particulars of appendix to instructions to bidders to bidders 22 Evaluation and comparison of Bids: The following evaluation criteria shall be applied not withstanding any other requirement in the RFP. Selection Process Below is a description of the evaluation steps that will be adopted. STEP 1: Preliminary evaluation This will be an elimination stage which will be done as per paragraph above. STEP 2: Technical evaluation Technical evaluation shall be based on the stated specific technical requirements of the system and capacity of the bidder to supply and will be undertaken as per the requirements given in Section V Technical Specifications. The bids will be technically evaluated and marks awarded as stipulated in SECTION TECHNICAL EVALUATION RESPONSE FORM The technical responses will be marked out of 100 to arrive at the technical score (St)and the minimum technical score required to proceed to financial evaluation is 75. Bidders who fail to secure the minimum technical score will be eliminated from the entire evaluation process and will not be considered further. STEP 3: Financial Evaluation The financial evaluation shall be undertaken as follows:- Sf = 100 X FM /F where Sf is the financial score; Fm is the lowest priced financial proposal and F is the price of the proposal under consideration STEP 4: Combined Technical and Financial Scores Bidders will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T=the weight given to the Technical Proposal: P= the weight given to the Financial Proposal; T + p = I) indicated in below. The combined technical and financial score, S, is calculated as follows:-s = St x T % + Sfx P %. The weights given to the Technical and Financial Proposals are: T= 0.80 (80%) P= 0.20 (20%) T + P = 1 (100%)

20 Instructions to bidders Particulars of appendix to instructions to bidders 2.24 (a) Particulars of post qualification if applicable. Kiambu County may carry out post qualification and inspect the premises to confirm details Award Criteria: TENDERERS ARE ADVISED TO CLEARLY READ AND UNDERSTAND THE INSTRUCTIONS BELOW AS THEY WILL FORM PART OF THE BASIS OF AWARD (i) Award will be made to the Bidder with the highest technical score and best financial score Particulars of performance security if applicable. 10% of the Contract sum in the form of a Bank guarantee to remain valid for the duration of the contract. Other s as necessary A pre-bid meeting will be held on 2 nd September 2015 at 10:00 am at the Chambers situated on the ground floor Thika Subcounty (Former Thika Municipal Town Hall) on Kenyatta Road, Thika

21 SECTION III Definitions GENERAL CONDITIONS OF CONTRACT In this contract the following terms shall be interpreted as indicated: i. The contract means the agreement entered into between Kiambu County Government and the bidder as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein. ii. iii. iv. The Contract Price means the price payable to the bidder under the Contract for the full and proper performance of its contractual obligations. The services means services to be provided by the contractor including materials and incidentals which the bidder is required to provide to Kiambu County Government under the Contract. The Kiambu County Government means the organization sourcing for the services under this 1. Contract Application v. The contractor means the individual or firm providing the services under this 1. Contract. vi. GCC means general conditions of contract contained in this section g) SCC means the special conditions of contract vii. Day means calendar day These General Conditions shall apply to the extent that they are not superseded by provisions of other part of contract Standards The services provided under this Contract shall conform to the 7 standards mentioned in the Schedule of requirements 3.4. Patent Right s The bidder shall indemnify Kiambu County Government against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the services under the contract or any part thereof

22 3.5. Performance Security Within twenty eight (28) days of receipt of the notification of Contract award, the successful bidder shall furnish to Kiambu County Government the performance security where applicable in the amount specified in Special Conditions of Contract The proceeds of the performance security shall be payable to Kiambu County Government as compensation for any loss resulting from the Bidder s failure to complete its obligations under the Contract The performance security shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to Kiambu County Government and shall be in the form of: a) Cash; b) A bank guarantee; c) Such insurance guarantee approved by the Authority; or d) Letter of credit The performance security will be discharged by the Kiambu County Government and returned to the candidate not later than thirty (30) days following the date of completion of the bidder s performance of obligations under the contract, including any warranty obligations under the contract Inspections and Tests The Kiambu County Government or its representative shall have the right to inspect and/or to test the services to confirm their conformity to the Contract specifications. The Kiambu County Government shall notify the bidder in writing, in a timely manner, of the identity of any representatives retained for these purposes The inspections and tests may be conducted on the premises of the bidder or its subcontractor(s). If conducted on the premises of the bidder or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to Kiambu County Government Should any inspected or tested services fail to conform to the Specifications, Kiambu County Government may reject the services, and the bidder shall either replace the rejected services or make alterations necessary to meet specification requirements free of cost to Kiambu County Government Nothing in paragraph 3.7 shall in any way release the bidder from any warranty or other obligations under this Contract Payment

23 The method and conditions of payment to be made to the bidder under this Contract shall be specified in SCC 3.8. Prices Prices charged by the contractor for services performed under the Contract shall not, with the exception of any Price adjustments authorized in SCC, vary from the prices by the bidder in its bid or in the Kiambu County Government s request for bid validity extension as the case may be. No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties Assignment The bidder shall not assign, in whole or in part, its obligations to perform under this contract, except with the Kiambu County Government s prior written consent Termination for Default The Kiambu County Government may, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the bidder, terminate this Contract in whole or in part: 4.1.a a a.3. if the bidder fails to provide any or all of the services within the period(s) specified in the Contract, or within any extension thereof granted by Kiambu County Government. if the bidder fails to perform any other obligation(s) under the Contract. if the bidder, in the judgment of Kiambu County Government has engaged in corrupt or fraudulent practices in competing for or in executing the Contract In the event Kiambu County Government terminates the Contract in whole or in part, it may procure, upon such terms and in such manner as it deems appropriate, services similar to those undelivered, and the bidder shall be liable to Kiambu County Government for any excess costs for such similar services Termination on insolvency The Kiambu County Government may at the anytime terminate the contract by giving written notice to the contractor if the contractor becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the contractor, provided that such termination will not produce or affect any right of action or remedy, which has accrued or will accrue thereafter to the Kiambu County Government

24 3.12. Termination for convenience The Kiambu County Government by written notice sent to the contractor may terminate the contract in whole or in part, at any time for its convenience. The notice of termination shall specify that the termination is for the Kiambu County Governments convenience, the extent to which performance of the contractor of the contract is terminated and the date on which such termination becomes effective For the remaining part of the contract after termination the Kiambu County Government may elect to cancel the services and pay to the contractor on agreed amount for partially completed services Resolution of disputes The Kiambu County Government and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC Governing Language The contract shall be written in the English language. All correspondence and other documents pertaining to the contract, which are exchanged by the parties, shall be written in the same language Force Majeure The contractor shall not be liable for forfeiture of its performance security, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure Applicable Law The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC Notices Any notices given by one party to the other pursuant to this contract shall be sent to the other party by post or by fax or and confirmed in writing to the other party s address specified in the SCC

25 A notice shall be effective when delivered or on the notices effective date, whichever is later

26 SECTION IV - SPECIAL CONDITIONS OF CONTRACT 4.1. Special conditions of contract shall supplement the general conditions of contract, wherever there is a conflict between the GCC and the SCC, the provisions of the SCC herein shall prevail over those in the GCC Special conditions of contract with reference to the general conditions of contract. General conditions of contract reference Special conditions of contract 3.5 Specify performance security if applicable: N/A 3.7 Specify method Payments. Method of payments will be agreed on depending on identifiable milestones and percentages of project completed but shall not be more than four (4) installments. The final payment shall be after commissioning and acceptance and shall not be less than 10% of the contract sum. Any advance payment shall be against a Bank Guarantee of a similar amount and shall not exceed 60% of the contract sum. 3.8 Specify price adjustments allowed. None 3.14 Payments Specify resolution shall be made of disputes. within Disputes 30 days upon to be receipt settled of as per the Invoice(s). Arbitration Laws of Kenya as applicable and amended from time to time 3.16 Specify applicable law. Laws of Kenya 3.17 Indicate addresses of both parties. Client: County Government of Kiambu P. O. Box Kiambu Other s as Necessary Complete as necessary

27 SECTION V - SCHEDULE OF REQUIREMENTS 5.1 General County Government of Kiambu (CGoK) intends to re-design, its website and social media pages i.e. twitter, Facebook etc The purpose of this RFP is to provide a functional specification for re-designing and developing the CGoK website including capacity development and Terms of Reference All components necessary to perform this contract will be provided by the contractor. 5.2 Technical Proposal Bidders shall submit offers that comply with the requirements of the bidding documents. Bidders wishing to offer technical alternatives to the requirements of the bidding documents must also submit a bid that complies with the requirements of the bidding documents, including the basic technical design as indicated. In addition to submitting the basic bid, the bidder shall provide all information necessary for a complete evaluation of the alternative, including technical specifications, breakdown of prices, proposed execution methods and other relevant details. Only the best technical solution conforming to the basic technical requirements shall be considered The County Government of Kiambu reserves the right to accept or reject any variation, deviation, or alternative technical proposal. Variations, deviations, and alternative technical proposals which are in excess of the requirements of the bid documents or otherwise result in unsolicited benefits for the CGoK will not be taken into account in bid evaluation The technical proposal must contain the following: o Details of the technical specification and performance characteristics of the system/service to be provided by the contractor o The bidder s proposed methodology for implementation including a draft implementation Schedule in the form of a chart. o Details of experience and past performance of the bidder on the works of a

28 similar nature within the past two years and details of current work on hand and other contractual commitments. o Qualifications and experience of key personnel proposed for administration and execution of the contract, both on and off site. Additional information deemed appropriate may be provided The County Government of Kiambu intends to: (i) (ii) (iii) (iv) Create departmental informative website pages Create a diaspora information desk Create an investment portal Create departmental twitter and Facebook presence Bidders are advised to clearly read and fully respond to the technical specifications

29 SECTION VI - TECHNICAL SPECIFICATIONS KIAMBU COUNTY BACKGROUND Following the passing of the 2010 Constitution of Kenya the Counties of Kenya came into being and are geographical units of the deveolved government. The powers are provided in Articles 191 and 192, and in the Fourth Schedule of the Constitution of Kenya and the County Governments Act of Kiambu County is a former administrative district in the old Central Province of Kenya, comprising 12 constituencies and 60 county assembly wards. Adjacent to the northern border of Nairobi and with a population of 1,623,282 (Census, 2009), Kiambu county is fast emerging into a popular cosmopolitan hub, with some of its urban centres like Kikuyu, Limuru, Ruiru and Thika, providing excellent commercial opportunities to both Kiambu residents and non-residents. Vision: Success and prosperity for everyone in a safe and harmonious County Mission: Make Kiambu County the best County in which to grow, live and work As part of the Kiambu County restructuring its technologies to align it with County Government needs and strategies, the County requires an online presence that will complement the publicity efforts undertaken through advertisements and other means. A functional website is the backbone of the CGoK This is an investment that we will continuously upgrade and use overtime to market and recommend County Government of Kiambu to potential stakeholders The core objectives for County Government of Kiambu website are as follows: To give County Government of Kiambu online presence and a brand theme across online media outlets (Website and Social Media). To make available information about County Government of Kiambu and the services offered. This information cannot comprehensively be provided in an advert and an advert should serve the responsibility of directing potential clients to the website for action. To serve as a platform to engage the stakeholders of County Government of Kiambu

30 through client direct requests and User Generated Content (USG). A marketing tool for the prospective investors The web development and its management is essential for maintaining transparency and accountability of the county.the processes involved in each and every aspect of the county will be disseminated to all the stakeholders To achieve the foregoing objectives the county must ensure that it has strong, consistent and positive image which can be achieved through a well maintained website. In keeping with the thrust of improving the visibility of the organization CGoK will require a vibrant and up to date website. The website will serve as a formal communication channel and information resource for the stakeholders and the entire public Objectives: Redesign of the CGK web page for better disseminations of information. The portal will give information about the project and its activities, partners, key stakeholders and other information. Monthly/quarterly updating of data, based on need. Ensure accountability and transparency for the county s related activities for all its stakeholders. The contracted agency should carry out an audit, future proof and benchmark with the industry best websites and recommend to the county Upon completion of the development of the site CGOK will assume full responsibility for the web site. A Service Level Agreement approach is however recommended as the best way forward in as far as maintenance of the same is concerned. All content, coding and graphics will become the sole property of the CGOK. Content Quality i. Site to deliver relevant, high quality content ii. Attractive use of all forms media i.e blogs, videos, photos etc. iii. Appropriate amount of information iv. Timely and current information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES Table of Contents Page INTRODUCTION.. 3 Section I INVITATION FOR TENDERS... 4 Section II INSTRUCTION TO TENDERERS Appendix to instructions

More information

UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT

UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT TENDER FOR SUPPLY AND INSTALLATION OF VIDEO CONFERENCE FACILITY AT THE VICE-CHANCELLOR S OFFICE TENDER

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY

NATIONAL INDUSTRIAL TRAINING AUTHORITY NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER FOR SUPPLY, INSTALLATION, IMPLEMENTATION, TESTING, TRAINING AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM TENDER NO: NITA/29/2014-2015

More information

REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO.

REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO. REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO. JUD/146/2014-2015 The Judiciary Supreme Court Building, City Hall Way P.O.

More information

PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015

PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015 TENDER DOCUMENT FOR PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900

More information

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 TENDER NO.KNH/T/70/2014/2015 Table of Contents Page Section I

More information

REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ERC/PROC/4/3/15-16/083

REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ERC/PROC/4/3/15-16/083 REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ENERGY REGULATORY COMMISSION 1 ST FLOOR, EAGLE AFRICA CENTRE, LONGONOT ROAD UPPERHILL, P.O. Box 42681 00100 NAIROBI,

More information

STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM

STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM TENDER NO.KRA/HQS/NCB-005/2015-2016 RESERVED FOR WOMEN OWNED ENTERPRISES

More information

KERIO VALLEY DEVELOPMENT AUTHORITY

KERIO VALLEY DEVELOPMENT AUTHORITY KERIO VALLEY DEVELOPMENT AUTHORITY TENDER NO.: KVDA/T/14/2015-2016 FOR PROVISION OF GROUP PERSONAL ACCIDENT INSURANCE COVER FOR STAFF Receipt No. Tender Reg. No CLOSING DATE 26 TH JUNE, 2015 AT 10.00 AM

More information

TENDER NO. PPOA/10/2015-2016

TENDER NO. PPOA/10/2015-2016 TENDER DOCUMENT FOR PROVISION OF CLOUD BASED E-BOARD MANAGEMENT SYSTEM TENDER NO. PPOA/10/2015-2016 SUBMISSION DEADLINE: 06th April 2016 10 TH FLOOR, NATIONAL BANK BUILDING HARAMBEE AVENUE P.O. BOX 58535-00200

More information

KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP.

KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP. KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP. TENDER NO. KMA/ONT/BULK DIGITIZATION/011/ 2014-15 KENYA MARITIME

More information

TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES

TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES NATIONAL ENVIRONMENT MANAGEMENT AUTHORITY (NEMA) TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES NEMA/T/14/2015-2016 MAY 2015 TABLE OF CONTENTS INTRODUCTION. 3

More information

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: info@kentrade.go.ke TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF

More information

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. KRA/HQS/NCB-044/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022 EMAIL:

More information

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. TENDER NO. KRA/HQS/NCB- 006/2012-2013 TIMES TOWER BUILDING P.O. BOX

More information

Managed Services for Wide Area Network and Internet Services

Managed Services for Wide Area Network and Internet Services REPUBLIC OF KENYA THE JUDICIARY Tender Document For Managed Services for Wide Area Network and Internet Services FOR THE YEAR 2014-2015 TENDER NO: JUD/113/2014-2015 TABLE OF CONTENTS PAGE SECTION I INVITATION

More information

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016 TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016 HILL PARK BUILDING P.O. BOX 3602-00506 NAIROBI, KENYA Email: procurement@ntsa.go.ke

More information

KENYA MEDICAL TRAINING COLLEGE

KENYA MEDICAL TRAINING COLLEGE KMTC/QP-17/S32 KENYA MEDICAL TRAINING COLLEGE TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES TENDER NO. KMTC/9/2015 2016 FOR THE YEARS 2015/2016 TO 2016/2017 CLOSING DATE: 28 TH MAY 2015 Table of Contents

More information

TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016

TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016 TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 FAX:

More information

TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE

TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: info@kentrade.go.ke TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF

More information

KENYA PLANT HEALTH INSPECTORATE SERVICE (KEPHIS) TENDER FOR PROVISION OF LEGAL SERVICES FOR KEPHIS LAND TITLE DEEDS

KENYA PLANT HEALTH INSPECTORATE SERVICE (KEPHIS) TENDER FOR PROVISION OF LEGAL SERVICES FOR KEPHIS LAND TITLE DEEDS KENYA PLANT HEALTH INSPECTORATE SERVICE (KEPHIS) TENDER FOR PROVISION OF LEGAL SERVICES FOR KEPHIS LAND TITLE DEEDS TENDER NO: K/T/2/2010-11 Oloolua Ridge, off Ngong Rd, Karen Kenya Plant Health Inspectorate

More information

INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/083/2015-2016 SUPLY, INSTALLATION AND TESTING OF LEGAL CASE MANAGEMENT SOFTWARE

INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/083/2015-2016 SUPLY, INSTALLATION AND TESTING OF LEGAL CASE MANAGEMENT SOFTWARE INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/083/2015-2016 SUPLY, INSTALLATION AND TESTING OF LEGAL CASE MANAGEMENT SOFTWARE 10 TH FLOOR, ZEP-RE PLACE, LONGONOT ROAD, UPPERHILL P.O BOX 43505-00100 NAIROBI,

More information

TENDER NO: NGEC/T2/2015-2016 FOR PROVISION OF GENERAL INSURANCE BROKERAGE SERVICES

TENDER NO: NGEC/T2/2015-2016 FOR PROVISION OF GENERAL INSURANCE BROKERAGE SERVICES NATIONAL GENDER AND EQUALITY COMMISSION TENDER NO: NGEC/T2/20152016 FOR PROVISION OF GENERAL INSURANCE BROKERAGE SERVICES TABLE OF CONTENTS Page SECTIO I INVITATION TO TENDER.. 2 SECTIO II INSTRUCTIONS

More information

TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS)

TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS) TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS) TENDER NUMBER CU/70/2015-2016 August, 2015 TABLE OF CONTENTS PAGE 1 INTRODUCTION.

More information

PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY

PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY TENDER NO. NCA/T/7/2015-2016 OCTOBER, 2015 1 Table of Contents Page

More information

TAITA TAVETA UNIVERSITY COLLEGE REQUEST FOR PROPOSAL FOR PROVISION OF INSURANCE BROKERAGE SERVICES FOR 2015-2016 TENDER NO: TTUC/5/RFP(1)/2015-2016

TAITA TAVETA UNIVERSITY COLLEGE REQUEST FOR PROPOSAL FOR PROVISION OF INSURANCE BROKERAGE SERVICES FOR 2015-2016 TENDER NO: TTUC/5/RFP(1)/2015-2016 TAITA TAVETA UNIVERSITY COLLEGE A CONSTITUENT COLLEGE OF JOMO KENYATTA UNIVERSITYOF AGRICULTURE AND TECHNOLOGY REQUEST FOR PROPOSAL FOR PROVISION OF INSURANCE BROKERAGE SERVICES FOR 2015-2016 TENDER NO:

More information

INSURANCE REGULATORY AUTHORITY TENDER NO.IRA/087/2014-2015

INSURANCE REGULATORY AUTHORITY TENDER NO.IRA/087/2014-2015 INSURANCE REGULATORY AUTHORITY TENDER NO.IRA/087/2014-2015 TENDER FOR TRANSLATION OF I.E.C MATERIALS INTO PICTORIAL (ANIMATION) 6 TH FLOOR, ZEP-RE PLACE, LONGONOT ROAD, UPPERHILL P.O BOX 43505-00100 NAIROBI,

More information

KENYA SAFARI LODGES & HOTELS LTD www.kenya-safari.co.ke

KENYA SAFARI LODGES & HOTELS LTD www.kenya-safari.co.ke KENYA SAFARI LODGES & HOTELS LTD www.kenya-safari.co.ke TENDER DOCUMENT FOR PROVISION OF AUDIT AND TAX SERVICES TO KENYA SAFARI LODGES & HOTELS LTD TENDER NO: KSLH/PATS/0014/2014 Closing date: Friday,

More information

KENYA NATIONAL BUREAU OF STATISTICS P.O. BOX 30266-00100 NAIROBI TENDER NO. KNBS/T/30/2015-2016 FOR PROVISION OF GOOGLE APP E-MAIL SERVICES

KENYA NATIONAL BUREAU OF STATISTICS P.O. BOX 30266-00100 NAIROBI TENDER NO. KNBS/T/30/2015-2016 FOR PROVISION OF GOOGLE APP E-MAIL SERVICES KENYA NATIONAL BUREAU OF STATISTICS P.O. BOX 30266-00100 NAIROBI TENDER NO. KNBS/T/30/2015-2016 FOR PROVISION OF GOOGLE APP E-MAIL SERVICES CLOSING DATE 5 TH JANAUARY, 2016 AT: 10.00 A.M TABLE OF CONTENTS

More information

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services North American Development Bank Model Bidding Document: Procurement of Goods, Works and Services Preface These model bidding documents have been prepared by the North American Development Bank (the Bank)

More information

INSURANCE REGULATORY AUTHORITY TENDER NO.IRA/085/2014-2015

INSURANCE REGULATORY AUTHORITY TENDER NO.IRA/085/2014-2015 INSURANCE REGULATORY AUTHORITY TENDER NO.IRA/085/2014-2015 TENDER FOR FACILITATION OF THE IRA YOUTH CHALLENGE PROGRAM 6 TH FLOOR, ZEP-RE PLACE, LONGONOT ROAD, UPPERHILL P.O BOX 43505-00100 NAIROBI, KENYA

More information

KENYA SCHOOL OF MONETARY STUDIES P. O. Box 65041 00618, Tel: 8646000, 0727-600668, 0733-600668, Fax: 8560430, Nairobi, Kenya E-mail:info@ksms.or.

KENYA SCHOOL OF MONETARY STUDIES P. O. Box 65041 00618, Tel: 8646000, 0727-600668, 0733-600668, Fax: 8560430, Nairobi, Kenya E-mail:info@ksms.or. KENYA SCHOOL OF MONETARY STUDIES P. O. Box 65041 00618, Tel: 8646000, 0727-600668, 0733-600668, Fax: 8560430, Nairobi, Kenya E-mail:info@ksms.or.ke TENDER No. KSMS/PROC/06/2015-2016 FOR PROVISION OF INTERNET

More information

TENDER DOCUMENT FOR PROVISION OF CLOUD BASED E-BOARD MANAGEMENT SYSTEM TENDER NO. NHC/ICT/EBM/499/2015-2016

TENDER DOCUMENT FOR PROVISION OF CLOUD BASED E-BOARD MANAGEMENT SYSTEM TENDER NO. NHC/ICT/EBM/499/2015-2016 TENDER DOCUMENT FOR PROVISION OF CLOUD BASED E-BOARD MANAGEMENT SYSTEM TENDER NO. NHC/ICT/EBM/499/2015-2016 INVITATION DATE: 5 th MAY 2016 CLOSING DATE: 19 th MAY, 2016, AT 11.00AM Page 1 of 47 INVITATION

More information

TENDER NO. REA/2014-2015/NT/060

TENDER NO. REA/2014-2015/NT/060 REA-STD DOCUMENT- Small Works - SECTION I: INVITATION FOR TENDERS (IFT) TENDER NO. REA/2014-2015/NT/060 TENDER DOCUMENT FOR THE PROPOSED ADDITIONAL CIVIL WORKS TO THE RURAL ELECTRIFICATION AUTHORITY OFFICES

More information

TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF

TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF NATIONAL HOUSING CORPORATION P.O. BOX 30257-00100 NAIROBI. TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF CLOSING DATE 4 TH DECEMBER, 2013 AT: 11.00AM TENDER DOCUMENT

More information

POSTAL CORPORATION OF KENYA

POSTAL CORPORATION OF KENYA POSTAL CORPORATION OF KENYA TENDER NO: PCK/PROC/3A/2015/2016 TENDER FOR THE PROVISION OF MEDICAL INSURANCE BROKERAGE SERVICES FOR DIRECTORS AND LAST EXPENSE FOR 2015/2016 POSTA HOUSE P.O. BOX 34567 00100

More information

KITUI WATER & SANITATION CO. LTD

KITUI WATER & SANITATION CO. LTD KITUI WATER & SANITATION CO. LTD ANNUAL TENDERS FOR 2015/2016 FINANCIAL YEAR TENDER NO. KITWASCO/014/15-16 TENDER NAME: TENDER FOR THE PROVISION OF STAFF WORK INJURY BENEFITS SERIAL NO: 1 P a g e TABLE

More information

TENDER NO. BOZ/CTC/ICT/02/2009

TENDER NO. BOZ/CTC/ICT/02/2009 Bank of Zambia Bidding Documents TENDER NO. BOZ/CTC/ICT/02/2009 TENDER FOR THE SUPPLY, DELIVERY AND INSTALLATION OF A SERVICE DESK MANAGEMENT SYSTEM MAY, 2009 Source of Funds Bank of Zambia Bank Square

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM- 05-2015 TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM- 05-2015 TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM- 05-2015 TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM Kenya Electricity Generating Company Ltd Stima Plaza,

More information

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016 TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016 LOT 2: A DIGITAL ADDRESSABLE FIRE DETECTION AND ALARM

More information

EPZA TENDER No. 22/2014 2015

EPZA TENDER No. 22/2014 2015 EXPORT PROCESSING ZONES AUTHORITY EPZA TENDER No. 22/2014 2015 PROVISION OF DOCUMENT SCANNING SERVICES APRIL 2015 EXPORT PROCESSING ZONES AUTHORITY P.O. Box 50563-00200 NAIROBI Tel +254-45- 6626421/2-6

More information

PROVISION OF LEGAL SERVICES

PROVISION OF LEGAL SERVICES COUNTY GOVERNMENT OF WAJIR P.O BOX 9-70200. WAJIR,KENYA PRE QUALIFICATION DOCUMENT FOR PROVISION OF LEGAL SERVICES TENDER NUMBER WCG/PT/023/2016-2018 March, 2016 WAJIR COUNTY Page 1 of 17 Table of Contents

More information

TENDER NOTICE FOR SUPPLY AND INSTALLATION OF AN INTEGRATED BIOMETRIC ACCESS CONTROL, TIME AND ATTENDANCE SYSTEM.TENDER NO.

TENDER NOTICE FOR SUPPLY AND INSTALLATION OF AN INTEGRATED BIOMETRIC ACCESS CONTROL, TIME AND ATTENDANCE SYSTEM.TENDER NO. TENDER NOTICE FOR SUPPLY AND INSTALLATION OF AN INTEGRATED BIOMETRIC ACCESS CONTROL, TIME AND ATTENDANCE SYSTEM.TENDER NO. AFFA/T/69/2015 The Interim Director General Agriculture Fisheries and Food Authority

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-015-2016

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-015-2016 KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-015-2016 TENDER FOR SUPPLY, DELIVERY, ASSEMBLY, INSTALLATION, TESTING & COMMISSIONING A, 90MVA, 15/132KV, OFAF GENERATOR STEP UP TRANSFORMER FOR GITARU

More information

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015 PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072

More information

TENDER DOCUMENT FOR SUPPLY AND IMPLEMENTATION OF VIRTUALIZED SERVER INFRASTRUCTURE & DATA BACKUP SOLUTION TENDER NO. PPOA/07/ 2015 2016

TENDER DOCUMENT FOR SUPPLY AND IMPLEMENTATION OF VIRTUALIZED SERVER INFRASTRUCTURE & DATA BACKUP SOLUTION TENDER NO. PPOA/07/ 2015 2016 TENDER DOCUMENT FOR SUPPLY AND IMPLEMENTATION OF VIRTUALIZED SERVER INFRASTRUCTURE & DATA BACKUP SOLUTION TENDER NO. PPOA/07/ 015 016 SUBMISSION DEADLINE: FRIDAY, 13 TH NOVEMBER 015 AT 10.00 A.M. 10 TH

More information

SUPPLY AND INSTALLATION OF SECURITY SCREENING EQUIPMENT FOR KENYA AIRPORTS AUTHORITY

SUPPLY AND INSTALLATION OF SECURITY SCREENING EQUIPMENT FOR KENYA AIRPORTS AUTHORITY SUPPLY AND INSTALLATION OF SECURITY SCREENING EQUIPMENT FOR KENYA AIRPORTS AUTHORITY TENDER No. KAA/ES/HQ/999/E DECEMBER 2015 General Manager (P & ES) Managing Director Kenya Airports Authority Kenya Airports

More information

TENDER DOCUMENT FOR PROVISION OF ALTERNATE DATA CENTRE SERVICES TENDER NO. KRA/HQS/NCB-026/2014-2015

TENDER DOCUMENT FOR PROVISION OF ALTERNATE DATA CENTRE SERVICES TENDER NO. KRA/HQS/NCB-026/2014-2015 TENDER DOCUMENT FOR PROVISION OF ALTERNATE DATA CENTRE SERVICES TENDER NO. KRA/HQS/NCB-026/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 FAX: +254 02 215809 NAIROBI, KENYA. JANUARY

More information

SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF WIDE AREA NETWORKS FOR REMOTE KRA STATIONS

SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF WIDE AREA NETWORKS FOR REMOTE KRA STATIONS STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF WIDE AREA NETWORKS FOR REMOTE KRA STATIONS TENDER NO. KRA/HQS/NCB-030/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240

More information

Supplier prequalification Document

Supplier prequalification Document Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control

More information

KENYA RURAL ROADS AUTHORITY

KENYA RURAL ROADS AUTHORITY KENYA RURAL ROADS AUTHORITY TENDER FOR TAGGING AND BAR CODING OF KeRRA FIXED ASSETS AND SUPPLY OF MANAGEMENT SOFTWARE Tender No. KeRRA/FIN/001/2013/2014 JUNE, 2013 The General Manager (Finance) Kenya Rural

More information

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6

More information

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER i B I D D I N G D O C U M E N T SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER TENDER NO. KRA/PFM/NCB-025/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL:

More information

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES Release Date: 7th November, 2014 Last date for receipt of bids: 10.00am on 24th November, 2014 Page 1 of 9 GENERAL INFORMATION

More information

Procurement of Goods

Procurement of Goods i S T A N D A R D B I D D I N G D O C U M E N T S F O R P R O C U R E M E N T & I M P L E M E N T A T I O N O F E R P S O L U T I O N I N S E L E C T E D U N I V E R S I T I E S ( H E C / IT/ TA/ E R P

More information

ACTIONAID INTERNATIONAL THE GAMBIA GLOBAL HEALTH FUND TO FIGHT AIDS TB AND MALARIA. GRANT AGREEMENT NUMBER NO: 718 GMB-H-ActionAid

ACTIONAID INTERNATIONAL THE GAMBIA GLOBAL HEALTH FUND TO FIGHT AIDS TB AND MALARIA. GRANT AGREEMENT NUMBER NO: 718 GMB-H-ActionAid ACTIONAID INTERNATIONAL THE GAMBIA GLOBAL HEALTH FUND TO FIGHT AIDS TB AND MALARIA GRANT AGREEMENT NUMBER NO: 718 GMB-H-ActionAid NATIONAL AND INTERNATIONAL COMPETITIVE BIDDING GLFNFM/0015/002 BID AND

More information

Address for Communication :

Address for Communication : For printing and supply of Calendar, 2014 AXOM SARVA SIKSHA ABHIYAN MISSION ASSAM KAHILIPARA, GUWAHATI-781019 Tender No. SSA/MDM/Calendar/2014-15/95/2014/8148 Date : 18.02.2014 INVITATION FOR TECHNICAL

More information

INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/050/2015-2016 PROVISION OF DR SITE CO-LOCATION SERVICES

INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/050/2015-2016 PROVISION OF DR SITE CO-LOCATION SERVICES INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/050/2015-2016 PROVISION OF DR SITE CO-LOCATION SERVICES 10 TH FLOOR, ZEP-RE PLACE, LONGONOT ROAD, UPPERHILL P.O BOX 43505-00100 NAIROBI, KENYA E-mail: procurement@ira.go.ke

More information

TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT

TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT BANK Of ZAMBIA Bidding Documents TENDER NO. BOZ/PC/PMS/15/2012 TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT Bank of Zambia Bank Square Cairo Road P.O. Box 30080 Lusaka 10101 ZAMBIA

More information

TENDER FOR THE SUPPLY AND INSTALLATION OF CUSTOMER RELATIONSHIP MANAGEMENT SYSTEM (CRM)

TENDER FOR THE SUPPLY AND INSTALLATION OF CUSTOMER RELATIONSHIP MANAGEMENT SYSTEM (CRM) KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: info@kentrade.go.ke TENDER FOR THE SUPPLY AND INSTALLATION OF CUSTOMER RELATIONSHIP

More information

HIGHER EDUCATION LOANS BOARD HELB/T/09/2015-2016

HIGHER EDUCATION LOANS BOARD HELB/T/09/2015-2016 HIGHER EDUCATION LOANS BOARD HELB/T/09/2015-2016 PROVISION OF AIR CONDITIONING INSTALLATIONS FOR THE INTERIOR FIT OUT OF MEZZANINE FLOOR AND REDESIGN OF MAIN BOARDROOM TENDER CLOSING DATE: WEDNESDAY 18

More information

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006 PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring

More information

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014

More information

REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO

REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO TENDER NAME: ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO REFERENCE NUMBER: CBL/FNC/8/C/TC/03/20I5

More information

COMMISSION ON REVENUE ALLOCATION TENDER DOCUMENT FOR PROVISION OF INSURANCE BROKERAGE SERVICES FOR MEDICAL & GROUP LIFE INSURANCE COVER

COMMISSION ON REVENUE ALLOCATION TENDER DOCUMENT FOR PROVISION OF INSURANCE BROKERAGE SERVICES FOR MEDICAL & GROUP LIFE INSURANCE COVER COMMISSION ON REVENUE ALLOCATION TENDER DOCUMENT FOR PROVISION OF INSURANCE BROKERAGE SERVICES FOR MEDICAL & GROUP LIFE INSURANCE COVER TENDER NO. CRA/PROC/T1/2015-2016 14 RIVERSIDE DRIVE GROSVENOR BUILDING,

More information

Prequalification Document for Procurement of Works

Prequalification Document for Procurement of Works STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement

More information

ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID

ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID TENDER NO. KP4/9A/PT/04-15/17 PREQUALIFICATION TENDER COAST REGION 2015-2017 SUPPLY, REPAIR & MAINTENANCE OF AIR CONDITIONING SYSTEMS, SPLIT UNITS, FANS & WATER DISPENSERS (NOVEMBER 2014) ALL CANDIDATES

More information

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 CATEGORY NO: A, B, C & D TENDER No. MFA&IT/PQ/01/2015-2017 For SUPPLY

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS WORKS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF WORKS Japan International Cooperation Agency (JICA) October 2012 version 1.1 i Preface These Standard Bidding Documents for Procurement

More information

KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014

KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014 KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014 DATED: 16 th SEPTEMBER 2014 KENYA NETWORK INFORMATION CENTRE P.O BOX

More information

SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)

SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) S T A N D A R D B I D D I N G D O C U M E N T SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) (TENDER NO. KRA/EATTFP/ICB/001/2011-2012) TIMES TOWER BUILDING P.O. BOX 48240

More information

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR PROCUREMENT OF SUPPLY AND COMMISSIONING OF INTERNET LEASED LINE (2.5 Gbps to 10 Gbps

More information

Procurement of Textbooks and Reading Materials

Procurement of Textbooks and Reading Materials S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Textbooks and Reading Materials The World Bank April 2015 This document is subject to copyright. This document may be used and reproduced

More information

KP1/9AA-2/PT/18/CS/15-17 FOR PROVISION OF PUBLIC RELATIONS SERVICES 2015-2017. October, 2015

KP1/9AA-2/PT/18/CS/15-17 FOR PROVISION OF PUBLIC RELATIONS SERVICES 2015-2017. October, 2015 KP1/9AA-2/PT/18/CS/15-17 FOR PROVISION OF PUBLIC RELATIONS SERVICES 2015-2017 October, 2015 ALL TENDERERS ARE ADVISED TO CAREFULLY READ THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID (E-PROCUREMENT

More information

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue

More information

INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/056/2015-2016 PROVISION OF DATA CENTRE & NETWORK MANAGEMENT SOFTWARE

INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/056/2015-2016 PROVISION OF DATA CENTRE & NETWORK MANAGEMENT SOFTWARE INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/056/2015-2016 PROVISION OF DATA CENTRE & NETWORK MANAGEMENT SOFTWARE 10 TH FLOOR, ZEP-RE PLACE, LONGONOT ROAD, UPPERHILL P.O BOX 43505-00100 NAIROBI, KENYA

More information

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract CONTRACT FOR CONSULTANCY SERVICES Equatorial Fidelity Centre 2 nd Floor, Off Waiyaki Way P.O Box 313-00606 Nairobi, Kenya. Tel +254 20 423 5000 Section 1 Form of Contract CONTRACT FOR: [Insert Title here]

More information

RFP for the provision of FINANCIAL AUDIT OF THE MG940.03 MTI (Market Transformation Initiative SIDA Farmed Fish.

RFP for the provision of FINANCIAL AUDIT OF THE MG940.03 MTI (Market Transformation Initiative SIDA Farmed Fish. REQUEST FOR PROPOSAL (RFP) DOCUMENT WWF MWIOPO Près lot II M 85 Ter Antsakaviro (101) Antananarivo Tél: +261 34 49 888 04 Tél: +261 34 49 888 05 Tél: +261 34 49 888 06 Tél: +261 20 22 348 85 Tél: +261

More information

Tender for Supply, Installation, Configuration and Commissioning of Two-Factor Authentication (RSA & Token-based Authentication) Solution

Tender for Supply, Installation, Configuration and Commissioning of Two-Factor Authentication (RSA & Token-based Authentication) Solution Tender for Supply, Installation, Configuration and Commissioning of Two-Factor Authentication (RSA & Token-based Authentication) Solution SU/QT/657N/15 Tender Document for Two Factor Authentication Page

More information

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts) STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT (Works, Heavy Equipment, Supply and Installation Contracts) Table of Contents Page INTRODUCTION 3 SECTION I - Invitation for prequalification... 4 SECTION

More information

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) Pre-qualification Ref: Issue Date: [Insert Title of Project] [Insert Reference] [Insert Date] Public Procurement Authority

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

PROPOSED GENERATOR UPGRADING AT INTERNATIONAL LIVESTOCK RESEARCH INSTITUTE NAIROBI CAMPUS

PROPOSED GENERATOR UPGRADING AT INTERNATIONAL LIVESTOCK RESEARCH INSTITUTE NAIROBI CAMPUS PROPOSED GENERATOR UPGRADING AT INTERNATIONAL LIVESTOCK RESEARCH INSTITUTE NAIROBI CAMPUS SPECIFICATIONS AND BILLS OF QUANTITIES FOR 1No. 1600KVA DIESEL GENERATOR INSTALLATION WORKS ELECTRICAL ENGINEER

More information

TENDER NO. KRA/HQS/NCB-005/2012-2013 MAINTENANCE CONTRACT FOR DATA CENTRE SERVERS

TENDER NO. KRA/HQS/NCB-005/2012-2013 MAINTENANCE CONTRACT FOR DATA CENTRE SERVERS TIMES TOWER BUILDIG P.O. BOX 48240 00100 TEL: +254 02 310900 FAX: +254 02 215809 AIROBI, KEYA. TEDER O. KRA/HQS/CB-005/2012-2013 MAITEACE COTRACT FOR DATA CETRE SERVERS OCTOBER 2012 1 TABLE OF COTETS SECTIO

More information

Eskom Holdings SOC Ltd s Standard Conditions of Tender

Eskom Holdings SOC Ltd s Standard Conditions of Tender 1. General Actions 1 The Employer, the Eskom Representative and each eligible er submitting a shall act timeously, ethically and in a manner which is fair, equitable, transparent, competitive and cost-effective.

More information

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon

More information

Standard Bidding Documents. Procurement of Works

Standard Bidding Documents. Procurement of Works Standard Bidding Documents Procurement of Works FIDIC This electronic document prepared by The World Bank is intended to fulfill the objectives of para. 2.12 of Guidelines: Procurement under IBRD Loans

More information

Request for Proposal (RFP) for Services

Request for Proposal (RFP) for Services Ref: RFP 2015/106 Request for Proposal (RFP) for Services Catering Services for the 10 th Meeting of the GCF Board, Songdo, Korea RFP No. 2015/106 1 1. Background Catering Services for the 10 th Meeting

More information

KENYA SCHOOL OF MONETARY STUDIES P. O. Box 65041-00618, Tel: 8646000, 0727-600668, 0733-600668, Nairobi, Kenya. E-mail: ksmscommunication@ksms.or.

KENYA SCHOOL OF MONETARY STUDIES P. O. Box 65041-00618, Tel: 8646000, 0727-600668, 0733-600668, Nairobi, Kenya. E-mail: ksmscommunication@ksms.or. KENYA SCHOOL OF MONETARY STUDIES P. O. Box 65041-00618, Tel: 8646000, 0727-600668, 0733-600668, Nairobi, Kenya. E-mail: ksmscommunication@ksms.or.ke TENDER No. KSMS/PROC/007/2016-2017 TO SUPPLY, INSTALL,

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

More information

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

North American Development Bank. Model Prequalification Document: Prequalification of Contractors North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried

More information

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034 REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034 Software Development of Database for Energy Statistics International Renewable Energy Agency Abu Dhabi, UAE November, 2012 1 Section 1: Letter of Invitation

More information

Consultants Services, Lump-Sum Remuneration

Consultants Services, Lump-Sum Remuneration 1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name

More information

INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING (NCB)

INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING (NCB) KAMLA NEHRU INSTITUTE OF TECHNOLOGY, SULTANPUR (U.P.) 228118 INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING (NCB) (Up Gradation And Maintenance Of Campus Wide Networking) Advt. No:KNIT/TEQIP-II/15/02,

More information

ADM-074 TENDER FOR PROVISION OF CLEANING SERVICES, GARDENING AND GARBAGE COLLECTION FOR YEAR 2009-2011

ADM-074 TENDER FOR PROVISION OF CLEANING SERVICES, GARDENING AND GARBAGE COLLECTION FOR YEAR 2009-2011 KENYA ELECTRICITY GENERATING COMPANY LIMITED ADM-074 TENDER FOR PROVISION OF CLEANING SERVICES, GARDENING AND GARBAGE COLLECTION FOR YEAR 2009-2011 Kenya Electricity Generating Company Ltd Stima Plaza,

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No. INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No. CS/28-01-13/1 January 2013 (Readvertised February 2013) Introduction The

More information

INVITATION TO TENDER IMPLEMENTATION OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM AT COMESA SECRETARIAT

INVITATION TO TENDER IMPLEMENTATION OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM AT COMESA SECRETARIAT INVITATION TO TENDER IMPLEMENTATION OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM AT COMESA SECRETARIAT TENDER No. CS/03-06-14/1MEG June 2014 INTRODUCTION The Common Market for Eastern and Southern Africa,

More information

DISTRICT GOVERNMET OKARA. Tender Document For purchase of

DISTRICT GOVERNMET OKARA. Tender Document For purchase of DISTRICT GOVERNMET OKARA Tender Document For purchase of GPS BASED TRACKING AND FUEL MANAGEMENT SYSTEM FOR VEHICLES AND STATIC MACHANICAL ASSETS OF DISTRICT GOVERNMENT OKARA Note: The bidder is expected

More information

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING 4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the

More information