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

Size: px
Start display at page:

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

Transcription

1 NATIONAL HOUSING CORPORATION P.O. BOX 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 FOR PROCUREMENT OF GROUP LIFE INSURANCE SERVICES

2 Table of Contents Page Section I INVITATION FOR TENDERS... 3 Section II INSTRUCTION TO TENDERERS. 4 Appendix to instructions to tenderers.. 16 Section III GENERAL CONDITIONS OF CONTRACT.. 17 Section IV SPECIAL CONDITIONS OF CONTRACT. 24 Section V SCHEDULE OF REQUIREMENTS. 26 Section VI STANDARD FORMS FORM OF TENDER CONTRACT FORM CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM TENDER QUESTIONNAIRE TENDER SECURITY FORM PERFORMANCE SECURITY FORM. 35 2

3 SECTION I - INVITATION FOR TENDERS TENDER REF. NO. - NHC/INS/415/2013 DATE: 19 th Nov, 2013 TENDER NAME PROVISION OF GROUP LIFE COVER 1.1 The National Housing Corporation, Nairobi invites sealed tenders from eligible candidates for Provision of Group life Insurance Cover. 1.2 Interested eligible candidates may obtain further information from and inspect the tender documents at Procurement Office located at NHC House, Agha Khan Walk on 11 th floor P. O. Box Nairobi. Tel /7 - Ext 292 during normal office working hours. 1.3 A complete set of tender documents may be obtained by interested candidates upon payment of a non-refundable fee of Kshs.1000/= in cash at Co-operative bank Co-op House using NHC deposit slip or bankers cheque payable to National Housing Corporation. 1.4 Prices quoted should be net inclusive of all taxes, and delivery costs, must be in Kenya Shillings and shall remain valid for 120 days from the closing date of the tender. 1.5 Completed tender documents are to be enclosed in plain sealed envelopes, marked with the tender number and name and be deposited in the Tender Box on 11 th floor at National Housing Corporation next to Reception Desk on 11 th Floor, Nairobi or be addressed to: The Managing Director, National Housing Corporation P. O. Box NAIROBI. so as to be received on or before 4 th December, 2013 at a.m. 1.6 All tenders must be accompanied by bid security of 2% of the premium in form of Bank guarantee or Bankers cheque. 1.7 Tenders will be opened immediately thereafter in the presence of the candidates representatives who choose to attend at the Conference room located on 10 th floor, NHC House. DAVID BOSIRE CHIEF PROCUREMENT OFFICER For: MANAGING DIRECTOR 3

4 SECTION II - INSTRUCTION TO TENDERERS Table of Clauses Page 2.1 Eligible Tenderers Cost of Tendering Contents of Tender document Clarification of Tender document Amendments of Tender document Language of Tenders Documents Comprising the Tender Tender Form Tender Prices Tender Currencies Tenderers Eligibility and Qualifications Tender Security Validity of Tenders Format and Signing of Tenders Sealing and Marking of Tenders Deadline for Submission of Tenders Modification and Withdrawal of Tenders Opening of Tenders Clarification of Tenders Preliminary Examination Conversion to Single Currency Evaluation and Comparison of Tenders Contacting the Procuring Entity Post-Qualification Award Criteria Procuring Entity s Right to Accept or Reject any or all Tenders Notification of Award Signing of Contract Performance Security Corrupt or Fraudulent Practices.15 4

5 SECTION B. GENERAL INFORMATION Introduction. In this Tender Document the following terms and expressions shall have the meanings: Eligible Tenderer means Insurance Brokerage Firm, which meets the eligibility requirements, stipulated in paragraph 12 of section B Corporation means the National Housing Corporation. Services means the services to be provided by the successful Tenderer in relation to the Insurance Policies set out in the schedule of requirements in Section E. Tender Document This tender document comprising the documents listed in paragraph 4.1 of section B. 1. Eligible Tenderers 1.1 This invitation for Tenders is open to all Insurance Companies(underwriters).Successful Tenderers shall provide the services set out in the scope of service schedule 1 of section E hereto, for a duration commencing 1 st January 2014 and ending on 31 st December 2014 (hereinafter referred to as the term) both dates inclusive. 1.2 Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices. 2. Eligible Services/Scope of Cover 2.1 All services to be supplied under the contract shall be Insurance Policy Covers as stated in the Tender document. 2.2 The description and scope of cover for the policies forming the subject of this Tender are listed in schedule of requirements in section E hereto. 2.3 Tenderers shall ascertain the solvency and financial strength of the underwriter they propose for each policy. 5

6 3. Cost of Tendering 3.1 The Tenderer shall bear all costs associated with the preparation and submission of its tender, and the Corporation, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process. The Tender Document 4. Contents The tender document comprises the documents listed below and any addenda(s) issued in accordance with clause 6 of these instructions to tenders. a) Invitation for Tenders b) General information c) General Conditions of Contract d) Special Conditions of Contract e) Schedule of Requirements (scope of services and policies) f) Tender Form and Price Schedules g) Tender Security (Bid Bond). The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tender documents. Failure to furnish all information required by the tender documents or to submit a tender not substantially responsive to the tender documents in every respect will be the Tenderers risk and may result in the rejection of its tender. 5. Clarification of Documents 5.1 A prospective Tenderer requiring any clarification of the tender document may notify the Corporation in writing or by cable (hereinafter, the term cable is deemed to include telex and facsimile) at the entity s address indicated in the invitation for tenders. The Corporation will respond in writing to any request for clarification of the tender documents, which it receives no later than seven (7) days prior to the deadline for the submission of tenders, prescribed by the Corporation. 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 Tenderer that have received the tender document. 6

7 6. Amendment of Documents 6.1 At any time prior to the deadline for submission of tenders, the Corporation, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Tenderer, may modify the tender documents by amendment. 6.2 All prospective candidates that have received the tender documents will be notified of the amendment in writing or by cable, and will be binding on them. 6.3 In order to allow prospective tenderers reasonable time in which to take the amendment into account in preparing their tenders, the Corporation, at its discretion, may extend the deadline for the submission of tenders. Preparation of Tenders 7. Language of Tender The tender prepared by the Tenderer, as well as all correspondence and documents relating to the tender exchanged by the Tenderer and the Corporation, shall be written in English language, provided that any printed literature furnished by the Tenderer 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 tender, the English translation shall govern. 8. Documents Comprising the Tender 8.1 The tender prepared by the Tenderer shall comprise the following component: (a) A completed Tender Form/Price Schedule in accordance with paragraph 9,10 and 11 below. (b) Documentary evidence established in accordance with paragraph 12 that the Tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted; the information shall be submitted in the format prescribed under paragraph 12 & 13. (c) Tenderers comments and suggestions on the scope of service and policies and facilities to be provided by the Corporation, including samples of the proposed policies. (d) Tender security furnished in accordance with paragraph 14. 7

8 9. Tender Form 9.1 The Tenderer shall complete the Tender form and the appropriate Price Schedule furnished in the Tender documents, indicating the policies quoted for the premium from 1 st January 2014 to expire on 31 st December 2014 and the recommended underwriter(s). 9.2 The price schedule for each policy shall be supported by un-varied price quotations from the Underwriter(s). 10. Tender Prices 10.1 Prices indicated on the Price Schedule shall be the cost of the services quoted including premium, brokerage commission, all duties, levies and taxes. The Tenderer shall attach original quotations from the underwriter(s). Failure to include the underwriter quotation will lead to dis-qualification. Underwriters must also observe the Insurance Act and declared rates when quoting for the respective policies as required by the Insurance Regulatory Authority Unit Prices quoted by the Tenderer shall be fixed during the term of the contract. Tenderers shall ensure that the sum insured under the policies may be adjustable accordingly by suitable means at the discretions of the Corporation from time to time without changing the unit rates and not subject to variation on any account. A tender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected, pursuant to paragraph Tender Currencies 11.1 Prices shall be quoted in Kenya shillings. 12. Tenderers Eligibility and Qualifications Pursuant to paragraph 1 of section B, the tender shall furnish, as part of its tender documents establishing the tenderes eligibility to tender and its qualifications to perform the contract if its tender is accepted 12.2 The documentary evidence of the tenderers eligibility to tender shall establish to the Corporation s satisfaction that the tenderer, at the time of submission of its tender, is eligible as defined under paragraph 1 of section B The documentary evidence of the tenderers qualifications to perform the contract if its tender is accepted shall establish to the Corporation s 8

9 satisfaction: that the tenderer has the Financial, Technical and Production capability necessary to perform the contract: 13. Services Eligibility and Conformity to Tender Document Pursuant to paragraph 2 of this section, the tenderer shall furnish, as part of its tender, documents establishing the eligibility and conformity to the tender documents of all the policies, which the tenderer proposes to provide under the contract The documentary evidence of conformity of the services to the tender documents may be in the form of literature, drawings, and data, and shall consist of: A clause-by-clause commentary on the Corporation s Technical specifications, demonstrating substantial responsiveness of the policies to those specifications, or a statement of deviations and exceptions to the provisions of technical Specifications. 14. Financial Strength of the underwriter 14.1 The underwriter must be financially secure and has been in existence for at least five years. The Underwriter shall also have good record of settling claims and has good solvency margins. Methodology and work-plan for claims settlement The underwriter must illustrate the methodology and work-plan that will be used to carry out the assignments and indicate the proposed claims turn around period. All underwiters are also required to indicate their Risk Management Capacity. They are also required to illustrate the methodology to be used to carry out loss control surveys and recommendations noting the viability of the recommendations with regard to time and cost Tender Security The tenderer must furnish, as part of its tender, a tender security for the amount of KSHS 200, The tender security is required to protect the Corporation against the risk of tenderer s conduct which would warrant the security s forfeiture, pursuant to paragraph

10 The tenderer security shall be denominated in Kenya Shillings or in another freely convertible currency, and shall be in the form of a bank guarantee from a reputable bank located in Kenya in the form provided in the tender documents or any other form acceptable to the Corporation and valid for thirty (30) days beyond the validity date of the tender Any tender not secured in accordance with paragraph and will be rejected by the Corporation as non-responsive, pursuant to paragraph Unsuccessful tenderer s tender security will be discharged or returned as promptly as possible, but not later than fourteen days (14) days after the date of award The successful tenderer s tender security will be discharged upon the tenderer signing the contract, pursuant to paragraph 30, and furnishing the professional indemnity, pursuant to paragraph The tender security may be forfeited: (a) If a tenderer or the recommended underwriter varies or withdraws in whole or in part the quoted prices or if the recommended underwriter fails to provide cover in accordance with the quotation given to the tenderer during the period of tender validity specified by the Corporation in the tender document, or (b) In the case of a successful tenderer, if the tenderer fails: (i) (ii) to sign the contract in accordance with paragraph 30 or to furnish performance security (Professional indemnity) in accordance with paragraph Where the tender security is forfeited due to the underwriter withdrawing or varying the quotation given to the tenderer, for reasons other than the tenderer s default, the Corporation shall be entitled to disqualify the respective Underwriters from participating in undertaking its business in future. 15. Validity of Tenders 15.1 Tenders shall remain valid for 120 days or as specified in the tender documents after date of tender opening prescribed by the Corporation pursuant to paragraph 18. A tender valid for a shorter period shall be rejected by the Corporation as non-responsive. 10

11 15.2 In exceptional circumstances, the Corporation may solicit the Tenderer s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The tender security provided under paragraph 14 shall also be suitably extended. A tenderer may refuse the request without forfeiting its tender security. A tenderer granting the request will not be required nor permitted to modify its tender. 16. Formats and Signing of Tender 16.1 The Tenderer shall prepare two (2) properly bound copies of tender, clearly marking each ORIGINAL TENDER and COPY OF TENDER, as appropriate. In the event of any discrepancy between them, the original shall govern The original and all copies of the tender shall be typed or written in indelible ink and shall be signed by the tenderer or person or persons duly authorised to bind the tenderer to the contract. The latter authorization shall be indicated by written power-of-attorney accompanying the tender. All pages of the tender, except for un-amended printed literature, shall be initialled by the person or persons signing the tender The tender shall have no interlineations, erasures, or overwriting except as necessary to correct errors made by the tenderer, in which case such corrections shall be initialled by the person or persons signing the tender. Submission of Tenders 17. Sealing and Marking of Tenders 17.1 The tenderer shall seal the original and each copy of the tender 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) be addressed to Corporation at the following address: The Managing Director National Housing Corporation P O Box NAIROBI. (b) bear, Tender No.NHC/INS/415//2013 TENDER FOR PROVISION FOR GROUP LIFE INSURANCE COVER FOR NHC 11

12 STAFF, and the words: DO NOT OPEN BEFORE, 4 TH DECEMBER 2013 at am The inner envelopes shall also indicate the name and address of the tenderer to enable the tender to be returned unopened in case it is declared late If the outer envelope is not sealed and marked as required by paragraph 17.2, the Corporation will assume no responsibility for the tender s misplacement or premature opening. 18. Deadline for Submission Tenders 18.1 Tenders must be received by the Corporation at the address specified under paragraph 17.2 not later than am on 4 th December The Corporation may, at its discretion, extent this deadline for the submission of tenders by amending the tender documents in accordance with paragraph 6, in which case all rights and obligations of the Corporation and candidates previously subject to the deadline with thereafter be subject to the deadline extended. 19. Modifications and Withdrawal of Tenders 19.1 The tenderer may modify or withdraw its tender after the tender s submission, provided that written notice of the modification, including substitution or withdrawal of the tenders, is received by the procuring prior to the deadline prescribed for submission of tenders The Tenderer s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of paragraph 17. 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 tenders No tender may be modified after the deadline for submission of tenders No tender may be withdrawn in the interval between the deadline for submission of tenders and expiration of the period of tender validity specified in the Tender Document. Withdrawal of a tender during this interval will result in the Tenderer s forfeiture of its tender security, pursuant to paragraph

13 Opening of Tenders 20. Opening of Tenders 20.1 The Corporation will open all tenders in the presence of tenderers representatives who choose to attend, immediately after the tender closing time and date in following location: NHC House 10 th floor conference room. The tenderers representatives who are present shall sign a register evidencing their attendance The tenderers names, tender modifications or withdrawals, tender prices, discounts and the presence or absence of requisite tender security and such other details as the Corporation, at its discretion, may consider appropriate, will be announced at the opening time The Corporation will prepare minutes of the tender opening. 21. Clarification of Tenders 21.1 To assist in the examination, evaluation and comparison of tenders the Corporation may, at its discretion, ask the tenderer for a clarification of its tender. The request for clarification and the response shall be in writing, and no change in the prices or substance of the tender shall be sought, offered, or permitted Any effort by the tenderer to influence the Corporation s tender evaluation, tender comparison or contract award decisions may result in the rejection of the tenderers tender. 22. Preliminary Examination 22.1 The Corporation will examine the tenders to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the tenders 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 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 tender will be rejected, and its tender security may be forfeited. If there is a discrepancy between words and figures, the amount in words will prevail. 13

14 22.3 The Corporation may waive any minor informality or non-conformity or irregularity in a tender which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any tenderer Prior to the detailed evaluation, pursuant to paragraph 23, the Corporation will determine the substantial responsiveness of each tender to the tender documents. For purposes of these paragraphs, a substantially responsive tender is one that conforms to all the terms and conditions of the tender documents without material deviations. The Corporation s determination of tender s responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence If a tender is not substantially responsive, it will be rejected by the Corporation and may not subsequently be made responsive by tenderer by correction of the nonconformity. 23. Evaluations and Comparison of Tenders 23.1 The Corporation will evaluate and compare the tenders which have been determined to be substantially responsive, pursuant to paragraph 22 as follows: Preliminary /Mandatory Requirements (i) Statutory Requirements (a) Certificate of Company Registration under the Companies Act, Cap 486 and in existence for at least 5 years. (b) Current Business Permit from the relevant Local Authorities. (c) Current trading license under trading licensing Act, Cap 497 (d) Registration Certificate as an underwriter by Commissioner of Insurance for the year 2013 (e) Professional indemnity cover with a limit of not less than 50,000, from a reputable Insurance Company. (f) Tender security of Kshs.200,

15 Technical Requirements-Mandatory Requirements (a) Staff Qualification and Firm Experience (i) (ii) The Tender should have a minimum of three professional staff, (minimum qualification being a Bachelor of Commerce, (Insurance option) or a Diploma from a reputable Insurance Institute. The Principal Officer must posses the experience, academic and professional qualifications set out below. Principal Officer shall have at least seven years experience in senior management in the Insurance Industry and minimum academic qualification of University degree and Associate of the Chartered Insurance Institute. Firms Past Experience The Tenderers must have serviced at least 5 large corporate clients in the last 5 years. Please provide this information in a good summary indicating: the clients name, premium turnover, type of cover, period of cover etc for all the five clients. (b) Professional Indemnity Cover Brokers shall be expected to have a Professional indemnity cover with a limit of not less than Kshs.50, 000, The Insurance cover shall have been obtained form a reputable insurance company. The policy should be valid for the period of the tender validity and if awarded the contract, remain so for the term of the policy considering the magnitude of our risk exposures, firms with higher levels of cover will be given credit. Compensation shall be claimed against this cover if the underwriter fails to perform any of its obligations or provides services failing below the standard set out therein or is in breach of any of its material obligations under the contract. (c) Registration as a member of Association of Insurance Brokers The Tenderers must be registered members with the Association of Insurance companies for the year A copy of the membership certificate must be attached. 15

16 (d) Premium Turnover The Underwriter shall submit documentary evidence indicating that their premium turnover over the last two years was at least Kshs.500, 000, per year. This should be certified by the Principal officer and the Firm s Auditor and must be included as an appendix. The information should include a list of accounts constituting the declared turnover. The Corporation reserves the right to verify this information with the Tenderer s clients. (e) Responsiveness and full compliance to the scope of service and cover in accordance with paragraph 23.2 hereto Scope of Insurance Cover (a) Pursuant to paragraph 2 of this section, Tenderers shall furnish quotation indicating the premium quoted per class, excess/deductibles, limit of liability, free cover limits (where applicable), and extensive clauses which enhance the utility of the insurance cover above provided by the standard policy issued by the underwriter. (b) Financial Strength/Audited Accounts of the Underwriter 24. Contacting the Corporation The underwriter must be financially secure and has been in existence for at least five (5) years. Copies of the latest audited accounts of the proposed underwriters for the last two years must be submitted Subject to paragraph 21, no tenderer shall contact the Corporation on any matter relating to its tender, form the time of the tender opening to the time contract is awarded Any effort by a tenderer to influence the Corporation in its decisions on tender evaluation, tender comparison, or contract award may result in rejection of the Tenderer s tender. 16

17 Award of Contract 25. Post-qualification 25.1 In the absence of pre-qualification, the Corporation will determine to its satisfaction whether the tender that is selected as having submitted the lowest evaluated responsive tender is qualified to perform the contract satisfactorily The determination will take into account the tender financial and technical capabilities. It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer, pursuant to paragraph 23, as well as such other information as the Corporation deems necessary and appropriate An affirmative determination will be a prerequisite for award of the contract to the tenderer. A negative determination will result in rejection of the tenderer s tender, in which event the Corporation will proceed to the next lowest evaluated tender to make a similar determination of that Tenderer s capabilities to perform satisfactorily. 26. Award Criteria 26.1 Subject to paragraph 10,23 and 28 the Corporation will award the contract to the successful tenderer(s) whose tender has been determined to be substantially responsive and has been determined to be the lowest evaluated tender, provided further that the tenderer is determined to be qualified to perform the contract satisfactorily. The award is to the lowest responsive bidder per policy. 27. Corporation s Right to Vary Quantities 27.1 The Corporation reserves the right at the time of contract award to increase or decrease the quantity of services originally specified in the schedule of requirements without any change in unit price or other terms and conditions. 28. Corporation s Right to accept or Reject any or All Tenders 28.1 The Corporation reserves the right to accept or reject any tender, and to annul the tendering process and reject all tenders at any time prior to contract award, without thereby incurring any liability to the affected tenderer or tenderers or any obligation to inform the affected tenderer or tenderers of the grounds for the Corporation s action. 17

18 29. Notification of Award 29.1 Prior to the expiration of the period of tender validity, the Corporation will notify the successful tenderer in writing that its tender has been accepted. Similarly the Corporation will promptly notify each unsuccessful Tenderer of the outcome The notification of award will not constitute the formation of the contract until after 14 days Upon the successful Tenderer s furnishing of the performance security (Professional Indemnity) pursuant to paragraph 31, the Corporation will promptly notify each unsuccessful tenderer and will discharge its tender its tender security, pursuant to paragraph Signing of Contract 30.1 At the same time as the Corporation notifies the successful tenderer that its tender has been accepted, the Corporation will send the tenderer the contract form provided in the tender documents, incorporating all agreements between the parties 30.2 Within Fourteen (14) days of receipt of the Contract Form, the successful tenderer shall sign and date the contract and return it to the Corporation. 31. Performance Security (Professional Indemnity Cover) 31.1 Within fourteen days of the receipt of notification of award from the Corporation, the successful tenderer shall furnish the performance security in accordance with the conditions of contract, in the Performance Security Form provided in the tender documents, or in another form acceptable to the Corporation. Or ensure that it shall, during the term of contract, maintain a valid professional indemnity cover with a reputable insurance company as required under paragraph Failure of the successful tenderer to comply with the requirement of paragraph 30 or paragraph 31 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security, in which event the Corporation may make the award to the next lowest evaluated candidate or call for new tenders. 18

19 32. Corrupt Fraudulent Practices 32.1 The Corporation requires that tenderers observe the highest standard of ethics during the procurement process and execution of contracts. In pursuance of this policy, the Corporation:- (a) defines, for purposes of provision, the terms set forth below as follows: (i) (ii) corrupt practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution: and fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Corporation, and includes collusive practice among tenderer (prior to or after tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the Corporation of the benefits of free and open competition. (b) (c) Will reject a proposal for award if it determines that the tenderer recommended for award has engaged in corrupt or fraudulent practices in the competing for, or for the contract question: Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded any contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract Furthermore, tenderers shall be aware of the provision stated in the General conditions of contract. 19

20 SECTION C- GENERAL CONDITIONS OF CONTRACT 1. Definitions 1.1 In this contract, the following terms shall be interpreted as indicated: (a) (b) (c) The Contract means the agreement entered into between the Corporation and the tenderer, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein. The Contract Price means the price payable to the tenderer under the Contract for the full proper performance of its contractual obligations. Service means the services to be provided by the successful Tenderer in relation to the insurance policies set out in schedule 1 hereto. (d) The Corporation means the organization purchasing the goods/services under this contract (e) The Tenderer means the individual or firm supplying the goods/services under this contract. 2. Application 2.1 These general conditions shall apply in all contracts made by the Corporation for the procurement of services. 3. Use of Contract Documents and Information 3.1 The candidate shall not, without the Corporation s prior written consent, disclose the contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Corporation in connection therewith, to any person other than a person employed by the tenderer in the performance of the contract. 3.2 The tender shall not, without the Corporation s prior written consent, make use of any document or information enumerated in paragraph 3.1 above. 3.3 Any document, other than the Contract itself, enumerated in paragraph 3.1 shall remain the property of the Corporation and shall be returned (all 20

21 copies) to the Corporation on completion of the Tenderer s performance under the contract if so required by the Corporation. 4. Performance Security (Professional Indemnity Cover) 4.1 Within thirty (30) days of receipt of the notification of contract award, the successful tenderer shall furnish to the Corporation the performance security (Professional Indemnity Cover) in the amount specified. 4.2 The proceeds of the performance security (Professional Indemnity Cover) shall be payable to the Corporation as compensation for any loss resulting from the Tenderer s failure to complete its obligations under the Contract. 4.3 The performance security (Professional Indemnity Cover) shall be denominated in the currency of the contract, and shall be in the form of a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in Kenya or abroad, acceptable to the Corporation, in the form provided in the tender documents. 4.4 The performance security will be discharged by the Corporation and returned to the candidate not later than thirty (30) days following the date of completion of the tenderer s performance obligations under the contract, including any warranty obligations, under the contract. 5. Payment 5.1 The method and conditions of payment to be made to the tenderer under this contract shall be specified in special conditions of contract 5.2 Payments shall made promptly by the Corporation as specified in the contract. 6. Prices 6.1 Prices charged by the tenderer for services performed under the contract shall not, with the exception of any price adjustments authorised in special conditions of contract, vary from the prices by the tenderer in its tender. 7. Assignment 7.1 The tenderer shall not assign, in whole or in part, its obligations to perform under this contract, except with the Corporation s prior written consent. 21

22 8. Subcontracts 8.1 The tendere shall notify the Corporation in writing of all subcontracts awarded under this contract if not already specified in the tender. Such notification, in the original tender or later, shall not relieve the tenderer from any liability or obligation under the contract. 9. Termination for Default 9.1 The Corporation may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the tenderer, terminate this contract in whole or in part: (a) if the tenderer fails to deliver any or all of the services within the period(s) specified in the contract, or within any extension thereof granted by the Corporation. (b) If the tenderer fails to perform any other obligation(s) under the contract. (c) If the tenderer, in the judgment of the Corporation has engaged in corrupt or fraudulent practices in competing for or in executing the contract. 9.2 In the event the Corporation 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 tenderer shall be liable to the Corporation for any excess costs for such similar services. 10. Liquidated Damages 10.1 If the tenderer fails to deliver any or all of the services within the period(s) specified in the contract, the Corporation shall, without prejudice to its other remedies under the contract deduct from the contract prices liquidated damages sum equivalent to 0.5% of the delivered price of the delayed services up to a maximum deduction of 10% of the delayed services. After this the tenderer may consider termination of the contract. 11. Resolution of Disputes 11.1 The Corporation and the tenderer shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the contract. 22

23 11.2 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 adjudication in an agreed national or international forum, and/or international arbitration. 12. Languages and Law 12.1 The language of the contract and the law governing the contract shall be English language and Laws of Kenya respectively unless otherwise stated. 13. Force Majeure 13.1 The tenderer shall not be liable for forfeiture of its performance security, or termination for default if and 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. 23

24 SECTION D. SPECIAL CONDITIONS OF CONTRACT 1. Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract 2. Scope of services The scope of services will include: (i) (ii) (iii) Structuring and obtaining optimum policy covers from Underwriters in accordance with the tenders submitted. Remitting to the Underwriters all premiums paid to you by the Corporation in accordance with the provision and requirements of the Insurance Act, cap 487 and gives the Corporation written confirmation on the same within seven days of remittance. When requested, you should furnish the Corporation with explicit authority from the Underwriter to collect the premium on their behalf. Analysing the policy document and endorsements therein, and if the entire policy document is found to be satisfactory, such document to be deposited with the Corporation not later 15 days of inception of cover. (iv) Ensuring proper claims administration by fully coordinating documentation requirements between the Corporation and the selected underwriter. (v) (vi) (vii) (viii) (ix) (x) Ensuring all documented claims is settled within fourteen days. Ensuring preparation of monthly claims bordereaux, which must be submitted, to the Corporation by the 15 th of the following month. Arranging quarterly meetings to review performance of the policy by 15 th of the following quarter. Ensuring that sums insured under the policy will be adjustable accordingly by suitable means at the discretions of the Corporation form time to time. Negotiating with the qualified underwriter any other pertinent aspects of the policy that may arises during the term of the policy. Such other services as may be related or ancillary to the due performance of the above work. 24

25 3. FACILITIES TO BE PROVIDED BY THE CORPORATION (i) (ii) (iii) Provide information required for the Assignment within reasonable time of request. Provide timely comments on documents prepared by the brokers for the Assignment. Provide details of the assets as to locality and any such other details as may be requested by the Broker from time to time. 4. ADDITIONAL INSTRUCTIONS ON SUBMISSION OF FINANCIAL QUOTATIONS. The following conditions are mandatory and MUST be observed a) The underwriter shall submit one competitive financial quotation (premiums) for each class of risks/cover from a reputable Insurance company as approved by the Commissioner of Insurance in terms of their: - Solvency Margins - Claims Settlement Records - Profitability - Reputation. Competitiveness in this context means sufficiently low premium but delivery of high quality services compared to competitors. (Refer to condition e below) Quotations from underwriters facing liquidity problems or with poor claims settlement records will not be considered. b) Original quotations from underwriters must be on their letter heads signed/authorized by their Chief Executives Officers/ Managing Directors/ Principal Officers and MUST be attached to the tender documents. For purposes of this, the Corporation will not accept Faxed,scaned or ed quotations from any Underwriters.This may lead to automatic rejection of the bid. c) Bidders must submit the premium summary sheet together with the original copies of the quotations from the underwriter(s). All bidders must ensure that the 25

26 premiums submitted in the premium sheet is the same as those in the insurers original quotation sheet. d) Quotations must show Gross Premium(s) including Commissions, taxes, levies etc failure to which may lead to rejection of the bid. e) Conditions to be met by the insurance Company to ensure quality of underwriters: i)must be registered with the Commissioner of insurance for the current year and a copy of the current licence must be attached. ii) Must have done annual premiums turnover of a minimum Kshs 500,000, excluding Motor Insurance in the year 2009 and or iii) Must have paid up capital of at least Kshs 150,000, iv) Must submit a copy of the latest audited accounts for last three year. v) Must submit copies of the following: -Pin Certficate, -Tax Compliance Certificate -Certificate of Incorporation vi) Must be a member of AKI f) Rates applied must be indicated and must be in conformity with the Insurance Regulatory Authority Requirements. The Corporation reserves the right to invite documentary evidence from the Authority. g) All premiums must be guaranteed for twelve (12) months h) Excesses/ deductibles must be indicated i) Limits of Liabilities must be indicated j) Free cover limits where applicable must also be indicated k) All completed proposals must be returned in two copies- original and copy l) NHC is not bound to accept any bid or give reasons for its decisions 26

27 SECTION E: SCHEDULE OF REQUIREMENTS (as hereunder) GROUP LIFE SCHEME COVER FOR ALL STAFF (i) Name of cover - Group Life Assurance (GLS) (ii) Total number of lives - All staff (No.269) (iii) Death in Service Benefits - Three (3) times the annual Basic Pay (iv) Free Cover Limit - 5 Million (v) Last Expense benefit - 100,000 P.P (single premium) (vi) Free Critical illness of 30% sum assured maximum Kshs. 1 million per Life (vii) Effective cover date - 1 st January 2014 (viii) Disability benefit (PTD) - 3 times the annual Basic Pay (ix) Attached find schedule of Gross Salaries pay for all employees as at 30 th October 2013 as per the table below: NO DESCRIPTION AMOUNT 1. Gross monthly salaries pay for all staff 29,065,

28 SECTION F : TENDER FORMS (i) Form of Tender To: Managing Director National Housing Corporation P. O. Box NAIROBI. Gentlemen and/or Ladies: 1. Having examined the tender documents including Addenda Nos. {Insert numbers}, the receipt of which is hereby dully acknowledged, we, the undersigned, offer to Provide group life Insurance cover for Policy 2014 in conformity with the said tender documents for the sum of:...total tender amount in words} {Figur es}. Or such other sums as may be ascertained in accordance with the Schedule of prices attached herewith and made part of this tender. 2. We undertake, if our tender is accepted, to deliver the services in accordance with the delivery schedule specified in the Schedule of Requirements. 3. If our tender is accepted, we will obtain a professional indemnity cover with a limit of not less than Kshs.50, 000, for the due performance of the Contract, in the form prescribed by National Housing Corporation. 4. We agree to abide by this tender for a period of 90 days from the date fixed for tender opening of the instructions to tenderers, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. 5. Until a formal Contract is prepared and executed, this tender, together with your written acceptance thereof and your notification of award, shall constitute a binding contract between us. 6. We understand that you are not bound to accept the lowest or any tender you may receive. 28

29 Dated this day of (Signature) (In the capacity of) Duly authorised to sign tender for and on behalf of 29

30 ii) Tender Security Form/Bid Bond Whereas (name of the tenderer) (hereinafter called the the tenderer ) has submitted its tender dated.(date of submission of tender) for the Provision of group life Insurance cover Policy (2014) (hereinafter called the tender ).. KNOW ALL PEOPLE by these presents that We.of having our registered office at (hereinafter called the Bank ), are bound unto National Housing Corporation (hereinafter called the Corporation ) in the sum of.for which payment will and truly to be made to the said Corporation, the Bank binds itself, its successors, and assigns by these presents. Sealed with the common seal of the said Bank this.day of.20 THE CONDITIONS of this obligation are: 2. If the tenderer withdraws its tender during the period of tender validity specified by the tenderer on the tender form: or 3. If the tenderer, having been notified of the acceptance of its tender by the Corporation during the period of tender validity: (a) (b) Fails or refuses to execute the Contract Form, if required; or Fails or refuses to furnish the performance security, in accordance with the instructions to tenderers; We undertake to pay the Corporation up to the above amount upon receipt of its first written demand, without the Corporation having to substantiate its demand, provided that in its demand the Corporation will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including thirty (30) days after the period of tender validity, and any demand in respect thereof should reach the Bank not later than the above date... (Signature of the bank and seal 30

31 iii) CONTRACT FORM THIS AGREEMENT made the day of..20 Between..(name of Procurement entity) of.(country of Procurement entity) (hereinafter called the Corporation ) of the one part and.(name of tenderer) of..(city and country of tenderer) (Hereinafter called the tenderer) of the other part: WHEREAS the Corporation invited tenders for certain goods/services, viz and has accepted a tender by the tenderer for the Provision of group life Insurance Policy in the sum of.(contract price in words and figures) (hereinafter called the Contract Price ). NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the conditions of contract referred to. 2. The following documents shall be deemed to form and be read and construed as part of this Agreement, Viz (a) the tender form and the Price Schedule submitted by the tenderer; (b) the Schedule of Requirements; (c) the Technical Specifications; (d) the General Conditions of Contract (e) the Special Conditions of Contract; and (f) the Corporation s Notification of Award. 3. In consideration of the payments to be made by the Corporation to the tender as hereinafter mentioned, the tenderer hereby covenants with the Corporation to provide group life Insurance cover Policy and to remedy defects therein in conformity in all respects with the provisions of the Contract 4. The Corporation hereby covenants to pay the tenderer in consideration of the Provision of group life Insurance cover Policy and to remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract. 31

32 IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, sealed, delivered by.the (for the Corporation) Signed, sealed, delivered by.the (for the tenderer in the presence of 32

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

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

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

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

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

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

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

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

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

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, 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

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

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

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

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

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

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

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

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

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

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

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

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

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

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 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

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

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department Bidding Documents For Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU Education & Literacy Department (FINANCIAL PROPOSAL) [F:PPRA BOOK (Azeem1)] Page 1 Part

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

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

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

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

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

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

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/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. 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

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

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

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

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

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

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

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

1. Technical Offer Submission Sheet

1. Technical Offer Submission Sheet 8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.

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

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

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

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

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

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

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 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 Electricity Generating Company Limited

Kenya Electricity Generating Company Limited Kenya Electricity Generating Company Limited KGN-SEC-04-2016 TENDER FOR SUPPLY AND INSTALLATION OF SECURITY SAFES Kenya Electricity Generating Company Limited, Stima Plaza Phase III, Kolobot Road, Parklands,

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

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS Public Procurement Board Accra, Ghana October 2003 i Table Contents Table Contents... i Introduction and Instructions... 1 Section I. Invitation for

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

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

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

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

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

Section IX. Annex to the Particular Conditions - Contract Forms

Section IX. Annex to the Particular Conditions - Contract Forms Section IX. Annex to the Particular Conditions - Contract Forms Table of Forms Notification of Award Contract Agreement Performance Security Advance Payment Security Retention Money Security - 2 - Notification

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

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

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

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

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:.. 1 PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES FOR THE PERIOD JULY 2014 TO JUNE 2016 PRE QUALIFICATION NO: CMD/PREQ/ /2014-2016 ITEM:.. NAME OF APPLICANT:. Centre for Multiparty Democracy

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

NATIONAL HOUSING CORPORATION INVITATION TO TENDER FOR CONSTRUCTION OF A DATA CENTRE TENDER NO. NHC/DC/ICT/475/2015

NATIONAL HOUSING CORPORATION INVITATION TO TENDER FOR CONSTRUCTION OF A DATA CENTRE TENDER NO. NHC/DC/ICT/475/2015 NATIONAL HOUSING CORPORATION INVITATION TO TENDER FOR CONSTRUCTION OF A DATA CENTRE TENDER NO. NHC/DC/ICT/475/2015 CLOSING DATE: 6th July, 2015 TIME: 11.00AM TENDER FOR CONSTRUCTION OF A DATA CENTRE AND

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

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

REPUBLIC OF KENYA KIAMBU COUNTY GOVERMENT REQUEST FOR PROPOSALS (RFP) FOR PROVISION OF WEBSITE DEVELOPMENT AND MANAGEMENT SERVICES REPUBLIC OF KENYA KIAMBU COUNTY GOVERMENT REQUEST FOR PROPOSALS (RFP) FOR PROVISION OF WEBSITE DEVELOPMENT AND MANAGEMENT SERVICES RFP NO KCG/EDU/003/2015-2016 DATE: 26 TH AUGUST 2015 County Government

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

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

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

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

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

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

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

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

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 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

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

Tender For Procurement of New Rebased Zambian Currency (Paper Banknotes)

Tender For Procurement of New Rebased Zambian Currency (Paper Banknotes) ZAMBIA PUBLIC PROCUREMENT AUTHORITY (ZPPA) Bidding Documents TENDER NO. ZPPA/SP/002/2012 Tender For Procurement of New Rebased Zambian Currency (Paper Banknotes) Zambia Public Procurement Authority Red

More information

BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building

BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building 1 BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building Contract No. BOZ/PC/PMS/30/2012 Source of Funds Bank of Zambia Bank of

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

How To Repair Office Furniture

How To Repair Office Furniture TENDER NO.NKCC/016/2015-17 PROVISION OF INTERNET PENETRATION TESTING (RESERVED FOR YOUTH & WOMEN) CLOSING DATE 13 TH MAY 2015 AT 10.00 A.M. 1 M/s.... Dear Sirs, RE: TENDER FOR PROVISION OF INTERNET PENETRATION

More information

Procurement of Small Goods

Procurement of Small Goods AFRICAN DEVELOPMENT BANK GROUP Standard Bidding Documents Procurement of Small Goods PROCUREMENT MONITORING AND CONSULTING SERVICES UNIT AUGUST 2000 Standard Bidding Documents Procurement of Small Goods

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

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

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

How To Bid For A Power Plant In India

How To Bid For A Power Plant In India Tender For Conducting the Security Audit of UPCL Data Center, Disaster Recovery Center and Website BY UTTARAKHAND POWER CORPORATION LIMITED DEHRADUN https://www.upcl.org Tender No: 02/R-APDRP-A/2015-16

More information

B I D D I N G D O C U M E N T S Issued on: February 29, 2016. for. Procurement of

B I D D I N G D O C U M E N T S Issued on: February 29, 2016. for. Procurement of B I D D I N G D O C U M E N T S Issued on: February 29, 2016 for Procurement of BACKUP SOLUTION AND OFFISITE RECOVERY SYSTEM FOR FORESTRY DEPARTMENT (FD) RFP No: Procuring Entity: Forestry Department Section

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

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

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 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

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

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

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