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

Size: px
Start display at page:

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

Transcription

1 SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. TENDER NO. KRA/HQS/NCB- 006/ TIMES TOWER BUILDING P.O. BOX TEL: FAX: NAIROBI, KENYA. OCTOBER

2 TABLE OF CONTENTS SECTION I INVITATION TO TENDER... 3 SECTION II INSTRUCTIONS TO TENDERERS... 4 Appendix to Instructions to Tenderers SECTION III GENERAL CONDITIONS OF CONTRACT.. 15 SECTION IV SPECIAL CONDITIONS OF CONTRACT.. 19 SECTION V TECHNICAL SPECIFICATIONS SECTION VI SCHEDULE OF REQUIREMENTS SECTION VII PRICE SCHEDULE FOR GOODS SECTION VIII STANDARD FORMS FORM OF TENDER CONFIDENTIAL BUSINESS QUESTIONNAIRES FORMS TENDER SECURITY FORM CONTRACT FORM PERFORMANCE SECURITY FORM BANK GUARANTEE FOR ADVANCE PAYMENT FORM MANUFACTURER S AUTHORIZATION FORM LETTER OF NOTIFICATION ANTI CORRUPTION AFFIDAVIT

3 SECTION I INVITATION TO TENDER DATE TENDER REF NO. KRA/HQS/NCB-006/ TENDER NAME: SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION AND COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. 1.1 The Kenya Revenue Authority invites sealed bids from eligible candidates for supply, delivery, training, implementation and commissioning of software quality assurance testing and test automation software system. 1.2 Interested eligible candidates may obtain further information from and inspect the tender documents at inspect the bidding documents at the Kenya Revenue Authority, Procurement & Supplies Services Division, Haile Selassie Avenue, Times Tower, 25 th Floor during normal working hours. 1.3 A complete set of tender documents may be obtained by interested candidates upon payment of non-refundable fees of Kenya Shillings five thousand only (KES 5,000) in cash or Bankers cheque payable to Commissioner General. A pre-bid briefing will be held on 17 th October, 2012 at 10:00 am in the Convention Centre on 5 th Floor, Times Tower. You are encouraged to attend the briefing. 1.4 Completed tender documents are to be enclosed in plain sealed envelopes marked with tender reference number and be deposited in the Tender Box on Ground Floor, Times Tower Building, Haile Selassie Avenue, Nairobi, or be addressed to Kenya Revenue Authority, Procurement & Supplies Services Division, Haile Selassie Avenue, Times Tower, 25 th Floor so as to be received on or before 31 st October, 2012 at 12:00 noon. 1.5 Prices quoted should be net, inclusive of all taxes and delivery costs, and must be in Kenya Shillings (or US dollars) and shall remain valid for 120 days from the closing date of the tender. 1.6 Tenders will be opened immediately thereafter in the presence of the Candidates or their representatives who choose to attend at the Convention Centre on 5 th Floor, Times Tower. For: Commissioner General Kenya Revenue Authority 3

4 SECTION II - INSTRUCTIONS TO TENDERERS Table of Clauses Page 2.1 Eligible Tenderers Eligible Goods Cost of Tendering Contents of Tender Document Clarification of Documents Amendment of Documents Language of Tender Documents Comprising the tender Tender Forms Tender Prices Tender Currencies Tenderers Eligibility and Qualifications Goods Eligibility and conformity to Tender Documents Tender Security Validity of Tenders Format and Signing of Tenders Sealing and Marking of Tenders Deadline for Submission of Tender 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 Award of Contract. 11 (a) Post qualification (b) Award criteria.. 11 (c) Procuring Entity s Right to Vary Quantities. 11 (d) Procuring entity s Right to Accept or Reject any or all Tenders Notification of Award Signing of Contract Performance Security Corrupt or Fraudulent Practices. 12 4

5 SECTION II - INSTRUCTIONS TO TENDERERS 2.1 Eligible Tenderers This Invitation for Tenders is open to all tenderers eligible as described in the Invitation to Tender. Successful tenderers shall complete the supply of goods by the intended completion date specified in the Schedule of Requirements Section VI The Kenya Revenue Authority s employees, committee members, board members and their relative (spouse and children) are not eligible to participate in the tender Tenderers shall provide the qualification information statement that the tenderer (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 the Kenya Revenue Authority (KRA) to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods under this Invitation for tenders Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices. 2.2 Eligible Goods All goods to be supplied under the contract shall have their origin in eligible source countries For purposes of this clause, origin means the place where the goods are mined, grown, or produced. Goods are produced when, through manufacturing, processing, or substantial and major assembly of components, a commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components The origin of goods is distinct from the nationality of the tenderer. 2.3 Cost of Tendering The Tenderer shall bear all costs associated with the preparation and submission of its tender, and the KRA, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process The price to be charged for the tender document shall not exceed Kshs.5,000/=. All firms found capable of performing the contract satisfactorily in accordance to the set prequalification criteria shall be prequalified. 2.4 The Tender Document The tender document comprises the documents listed below and addenda issued in accordance with clause 2.6 of these instructions to Tenderers (i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix) (x) (xi) (xii) (xiii) (xiv) Invitation to Tender Instructions to tenderers General Conditions of Contract Special Conditions of Contract Schedule of requirements Technical Specifications Tender Form and Price Schedules Tender Security Form Contract Form Performance Security Form Bank Guarantee for Advance Payment Form Manufacturer s Authorization Form Confidential Business Questionnaire Anti-corruption Affidavit 5

6 2.4.2 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 at the tenderers risk and may result in the rejection of its tender. 2.5 Clarification of Documents A prospective tenderer requiring any clarification of the tender document may notify the Procuring entity in writing or by post at the entity s address indicated in the Invitation to Tender. The Procuring entity will respond in writing to any request for clarification of the tender documents, which it receives not later than seven (7) days prior to the deadline for the submission of tenders, prescribed by the procuring entity. Written copies of the KRA s response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective tenderers that have received the tender document The procuring entity shall reply to any clarifications sought by the tenderer within 3 days of receiving the request to enable the tenderer to make timely submission of its tender. 2.6 Amendment of Documents At any time prior to the deadline for submission of tenders, the Procuring entity, 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 All prospective candidates that have received the tender documents will be notified of the amendment in writing or by post and will be binding on them In order to allow prospective tenderers reasonable time in which to take the amendment into account in preparing their tenders, the KRA, at its discretion, may extend the deadline for the submission of tenders. 2.7 Language of Tender The tender prepared by the tenderer, as well as all correspondence and documents relating to the tender exchange by the tenderer and the KRA, 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. 2.8 Documents Comprising of Tender The tender prepared by the tenderers shall comprise the following components: (a) (b) (c) 2.9 Tender Forms a Tender Form and a Price Schedule completed in accordance with paragraph 2.9, 2.10 and 2.11 below; documentary evidence established in accordance with paragraph that the tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted; documentary evidence established in accordance with paragraph that the goods and ancillary services to be supplied by the tenderer are eligible goods and services and conform to the tender documents; and (d) tender security furnished in accordance with paragraph The tenderer shall complete the Tender Form and the appropriate Price Schedule furnished in the tender documents, indicating the goods to be supplied, a brief description of the goods, their country of origin, quantity, and prices Tender Prices 6

7 The tenderer shall indicate on the appropriate Price Schedule the unit prices and total tender price of the goods it proposes to supply under the contract Prices indicated on the Price Schedule shall include all costs including taxes, insurances and delivery to the premises of the KRA Prices quoted by the tender shall be fixed during the Tender s performance of the contract 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 The validity period of the tender shall be 120 days from the date of opening of the tender Tender Currencies Prices shall be quoted in Kenya Shillings(Or US dollars) unless otherwise specified in the Appendix to Instructions to Tenderers Tenderers Eligibility and Qualifications Pursuant to paragraph 2.1 the tenderer shall furnish, as part of its tender, documents establishing the tenderers eligibility to tender and its qualifications to perform the contract if its tender is accepted The documentary evidence of the tenderers eligibility to tender shall establish to the KRA s satisfaction that the tenderer, at the time of submission of its tender, is from an eligible source country as defined under paragraph The documentary evidence of the tenderers qualifications to perform the contract if its tender is accepted shall be established to the KRA s satisfaction; (a) (b) (c) that, in the case of a tenderer offering to supply goods under the contract which the tenderer did not manufacture or otherwise produce, the tenderer has been duly authorized by the goods Manufacturer or producer to supply the goods; that the tenderer has the financial, technical, and production capability necessary to perform the contract; and that, in the case of a tenderer not doing business within Kenya, the tenderer is or will be (if awarded the contract) represented by an Agent in Kenya equipped, and able to carry out the Tenderer s maintenance, repair, and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications Goods Eligibility and Conformity to Tender Documents Pursuant to paragraph 2.2 of this section, the tenderer shall furnish, as part of its tender documents establishing the eligibility and conformity to the tender documents of all goods which the tenderer proposes to supply under the contract The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods and services offered which shall be confirmed by a certificate of origin issued at the time of shipment The documentary evidence of conformity of the goods to the tender documents may be in the form of literature, drawings, and data, and shall consist of: (a) (b) a detailed description of the essential technical and performance characteristic of the goods; a list giving full particulars, including available source and current prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the goods for a period of two (2) years, following commencement of the use of the goods by the KRA; and 7

8 (c) a clause-by-clause commentary on the KRA s Technical Specifications demonstrating substantial responsiveness of the goods and service to those specifications, or a statement of deviations and exceptions to the provisions of the Technical Specifications For purposes of the documentary evidence to be furnished pursuant to paragraph (c) above, the tenderer shall note that standards for workmanship, material, and equipment, as well as references to brand names or catalogue numbers designated by the Procurement entity in its Technical Specifications, are intended to be descriptive only and not restrictive. The tenderer may substitute alternative standards, brand names, and/or catalogue numbers in its tender, provided that it demonstrates to the Procurement entity s satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications Tender Security The tenderer shall furnish, as part of its tender, a tender security for the amount specified in the Appendix to Invitation to Tenderers The tender security shall be in the amount of per cent of the tender price The tender security is required to protect the KRA against the risk of Tenderer s conduct which would warrant the security s forfeiture, pursuant to paragraph The tender security shall be denominated in Kenya Shillings or in another freely convertible currency, and shall be in the form of a bank guarantee or a bank draft issued by a reputable bank located in Kenya or abroad, or a guarantee issued by a reputable insurance company in the form provided in the tender documents or another form acceptable to the KRA and valid for thirty (30) days beyond the validity of the tender Any tender not secured in accordance with paragraph and will be rejected by the KRA as non responsive, pursuant to paragraph Unsuccessful Tenderer s tender security will be discharged or returned as promptly as possible as but not later than thirty (30) days after the expiration of the period of tender validity prescribed by the KRA The successful Tenderer s tender security will be discharged upon the tenderer signing the contract, pursuant to paragraph 2.27 and furnishing the performance security, pursuant to paragraph The tender security may be forfeited: (a) (b) 2.15 Validity of Tenders if a tenderer withdraws its tender during the period of tender validity specified by the KRA on the Tender Form; or in the case of a successful tenderer, if the tenderer fails: (i) to sign the contract in accordance with paragraph 2.27; or (ii) to furnish performance security in accordance with paragraph Tenders shall remain valid for 120 days or as specified in the Invitation to Tender after the date of tender opening prescribed by the KRA, pursuant to paragraph A tender valid for a shorter period shall be rejected by the KRA as non responsive In exceptional circumstances, the KRA 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 2.14 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 Format and Signing of Tender The KRA shall prepare two copies of the tender, clearly marking each ORIGINAL 8

9 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 a person or persons duly authorized to bind the tenderer to the contract. The latter authorization shall be indicated by written power-ofattorney accompanying the tender. All pages of the tender, except for un-amended printed literature, shall be initialed 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 initialed by the person or persons signing the tender Sealing and Marking of Tenders 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) (b) be addressed to the KRA at the address given in the Invitation to Tender: bear tender number and name in the Invitation for Tenders and the words, DO NOT OPEN BEFORE 31 st October, 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 , the KRA will assume no responsibility for the tender s misplacement or premature opening Deadline for Submission of Tenders Tenders must be received by the KRA at the address specified under paragraph no later than 31 st October, 2012 at 12noon The KRA may, at its discretion, extend this deadline for the submission of tenders by amending the tender documents in accordance with paragraph 2.6, in which case all rights and obligations of the KRA and candidates previously subject to the deadline will therefore be subject to the deadline as extended 2.19 Modification and Withdrawal of Tenders 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 KRA 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 A withdrawal notice may also be sent by cable, telex 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 the expiration of the period of tender validity specified by the tenderer on the Tender Form. Withdrawal of a tender during this interval may result in the Tenderer s forfeiture of its tender security, pursuant to paragraph The KRA may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination The KRA shall give prompt notice of the termination to the tenderers and on request give its reasons for termination within 14 days of receiving the request from any tenderer. 9

10 2.20 Opening of Tenders The KRA will open all tenders in the presence of tenderers representatives who choose to attend, at 12:00 noon on 31 st October, 2012 and in the location specified in the Invitation to Tender. The tenderers representatives who are presence 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 KRA, at its discretion, may consider appropriate, will be announced at the opening The KRA will prepare minutes of the tender opening Clarification of Tenders To assist in the examination, evaluation and comparison of tenders the KRA 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 KRA in the KRA s tender evaluation, tender comparison or contract award decisions may result in the rejection of the tenderers tender Preliminary Examination The KRA 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 and quantify, 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 forfeited. If there is a discrepancy between words and figures the amount in words will prevail The KRA 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 2.23 the KRA will determine the substantial responsiveness of each tender to the tender documents. For purposes of these paragraphs, a substantially responsive tender is one, which conforms to all the terms and conditions of the tender documents without material deviations. The KRA s determination of a 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 KRA and may not subsequently be made responsive by the tenderer by correction of the non conformity Conversion to Single Currency Where other currencies are used, the KRA will convert these currencies to Kenya Shillings using the selling exchange rate on the date of tender closing provided by the Central Bank of Kenya Evaluation and Comparison of Tenders The KRA will evaluate and compare the tenders which have been determined to be substantially responsive, pursuant to paragraph The tender evaluation committee shall evaluate the tender within 30 days of the validity 10

11 period from the date of opening the tender A tenderer who gives false information in the tender document 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 Preference KRA will not grant a margin of preference to goods manufactured in Kenya for the purpose of bid comparison in accordance with the current laws Contacting the Kenya Revenue Authority Subject to paragraph 2.21 no tenderer shall contact the KRA on any matter related to its tender, from the time of the tender opening to the time the contract is awarded Any effort by a tenderer to influence the KRA in its decisions on tender, evaluation, tender comparison, or contract award may result in the rejection of the Tenderer s tender Award of Contract (a) Post-qualification In the absence of pre-qualification, the KRA will determine to its satisfaction whether the tenderer 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 tenderer financial, technical, and production capabilities. It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer, pursuant to paragraph as well as such other information as the KRA 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 KRA will proceed to the next lowest evaluated tender to make a similar determination of that Tenderer s capabilities to perform satisfactorily. (b) Award Criteria The KRA 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. (c) KRA s Right to Vary Quantities The KRA reserves the right at the time of contract award to increase or decrease the quantity of goods originally specified in the Schedule of requirements without any change in unit price or other terms and conditions (d) KRA s Right to Accept or Reject Any or All Tenders The KRA 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 KRA s action Notification of Award Prior to the expiration of the period of tender validity, the KRA will notify the successful tenderer in writing that its tender has been accepted. 11

12 The notification of award will constitute the formation of the Contract but will have to wait until the contract is finally signed by both parties Upon the successful Tenderer s furnishing of the performance security pursuant to paragraph 2.28, the KRA will promptly notify each unsuccessful Tenderer and will discharge its tender security, pursuant to paragraph Signing of Contract At the same time as the KRA notifies the successful tenderer that its tender has been accepted, the KRA will send the tenderer the Contract Form provided in the tender documents, incorporating all agreements between the parties The parties to the contract shall have it signed within 30 days from the date of notification of contract award unless there is an administrative review request Within thirty (30) days of receipt of the Contract Form, the successful tenderer shall sign and date the contract and return it to the KRA Performance Security Within Thirty (30) days of the receipt of notification of award from the KRA, 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 KRA Failure of the successful tenderer to comply with the requirements of paragraph 2.27 or paragraph 2.28 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security, in which event the KRA may make the award to the next lowest evaluated Candidate or call for new tenders Corrupt or Fraudulent Practices The KRA requires that tenderers observe the highest standard of ethics during the procurement process and execution of contracts when used in the present regulations, the following terms are defined as follows; (i) (ii) corrupt practice means the offering, giving, receiving, or soliciting of anything 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 Kenya Revenue Authority, 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 Kenya Revenue Authority of the benefits of free and open competition; The Kenya Revenue Authority will reject a proposal for award if it determines that the tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question Further a tenderer who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in public procurement in Kenya. 12

13 Appendix to Instructions to Tenderers The following information regarding the particulars of the tender shall complement supplement or amend the provisions of the instructions to tenderers. Wherever there is a conflict between the provision of the instructions to tenderers and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the instructions to tenderers. INSTRUCTIONS TO TENDERERS REFERENCE PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS The tender is open to all eligible service providers Declaration of No Conflict of Interest The fees charged for a complete set of tender documents is Kenya Shillings five thousand only, or the equivalent in freely convertible currency Tender Validity Period is 120 days from 31 st October, Tender prices may be quoted in Kenya Shillings or the equivalent in freely convertible currency The clause-by-clause commentary of the technical specifications is given on table on page A tender security in the form of a Bank Guarantee is required. The amount of tender security required is Kenya Shillings Three hundred thousand (KES 300,000) The bidder must provide an appropriate written power of attorney establishing the authorization of the signatory to the tender documents to bind the bidder This tender is based on the two-envelope bid system. The bidder must submit a bid which has a technical proposal in one envelope and a financial proposal in another envelope. These two envelopes are then placed in one envelope to form a complete bid. Bids must be submitted in TWO copies Time, date, and place for bid opening are: 12:00 hours, local time, on 31 st October, Place: Convention Centre on the 5 th Floor of Times Tower Building. Street: Haile Selassie Avenue City: Nairobi Country: Kenya Opening of Technical Proposals will be done in public at the time of closing the tender. Opening of Financial Proposals of the bids that meet the minimum technical specifications will be done upon completion of the technical evaluation. The qualified bidders will be invited to witness the opening of the technical proposals Bidders are expected to examine all instructions, forms, terms, specifications, and other information in the Bidding Documents. Failure to furnish all information required by the Bidding Documents or to submit a bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder s risk and may result in the rejection of its bid The bid evaluation will take into account technical factors in addition 13

14 to cost factors. The weight for price is 30% while the weight for technical specifications is 70%. Bidders must conform to the specific Technical Requirements in Section V Preference KRA will not grant a margin of preference for purposes of bid comparison The evaluation of the responsive bids will take into account technical factors, in addition to cost factors. An Evaluated Bid Score (B) will be calculated for each responsive bid using the following formula, which permits a comprehensive assessment of the bid price and the technical merits of each bid: B C C low where: C = Evaluated Bid Price C low = the lowest of all Evaluated Bid Prices among responsive bids T = the total Technical Score awarded to the bid X = weight for the Price as specified in the BDS (i.e. 0.3) X T The bid with the highest Evaluated Bid Score (B) among responsive bids shall be termed the Lowest Evaluated Bid and is eligible for Contract award The performance security required will be 10% of the Contract Value Anti-corruption Affidavit KRA will require a supplier of goods and/or services to swear an affidavit to the effect they will not have offered or been requested to pay an inducement to a member of the Board, Management and/or Staff of KRA to influence the outcome of the bid. 14

15 SECTION III: GENERAL CONDITIONS OF CONTRACT Table of Clauses 3.1 Definitions Application Country of Origin Standards Use of Contract Documents and Information Patent Rights Performance Security Inspection and Tests Packing Delivery and Documents Insurance Payment Price Assignments Sub contracts Termination for Default Liquidated Damages Resolution of Disputes Language and law Force Majeure

16 SECTION III - CONTRACT GENERAL CONDITIONS OF 3.1 Definitions In this Contract, the following terms shall be interpreted as indicated:- (a) (b) (c) (d) (e) The Contract means the agreement entered into between the Procuring entity 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 and proper performance of its contractual obligations The Goods means all of the equipment, machinery, and/or other materials, which the tenderer is required to supply to the Procuring entity under the Contract. The Procuring entity means Kenya Revenue Authority (KRA), the organization purchasing the Goods under this Contract. The Tenderer means the individual or firm supplying the Goods under this Contract. 3.2 Application These General Conditions shall apply in all Contracts made by the KRA for the procurement installation and commissioning of equipment 3.3 Country of Origin For purposes of this clause, Origin means the place where the Goods were mined, grown or produced The origin of Goods and Services is distinct from the nationality of the tenderer. 3.4 Standards The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications. 3.5 Use of Contract Documents and Information The tenderer shall not, without the KRA s prior written consent, disclose the Contract, or any provision therefore, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the KRA in connection therewith, to any person other than a person employed by the tenderer in the performance of the Contract The tenderer shall not, without the KRA s prior written consent, make use of any document or information enumerated in paragraph above Any document, other than the Contract itself, enumerated in paragraph shall remain the property of the Procuring entity and shall be returned (all copies) to the KRA on completion of the Tenderer s performance under the Contract if so required by the KRA. 3.6 Patent Rights The tenderer shall indemnify the Procuring entity against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the KRA s country. 3.7 Performance Security Within thirty (30) days of receipt of the notification of Contract award, the successful tenderer shall furnish to the Procuring entity the performance security in the amount specified in Special Conditions of Contract The proceeds of the performance security shall be payable to the KRA as compensation for any loss resulting from the Tenderer s failure to complete its obligations under the Contract. 16

17 3.7.3 The performance security shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to the KRA 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 KRA, in the form provided in the tender documents The performance security will be discharged by the KRA 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. 3.8 Inspection and Tests The KRA or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications. The KRA shall notify the tenderer in writing in a timely manner, of the identity of any representatives retained for these purposes The inspections and tests may be conducted in the premises of the tenderer or its subcontractor(s), at point of delivery, and/or at the Goods final destination If conducted on the premises of the tenderer 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 the KRA Should any inspected or tested goods fail to conform to the Specifications, the Procuring entity may reject the equipment, and the tenderer shall either replace the rejected equipment or make alternations necessary to make specification requirements free of costs to the KRA The KRA s right to inspect, test and where necessary, reject the goods after the Goods arrival shall in no way be limited or waived by reason of the equipment having previously been inspected, tested and passed by the Procuring entity or its representative prior to the equipment delivery Nothing in paragraph 3.8 shall in any way release the tenderer from any warranty or other obligations under this Contract. 3.9 Packing The tenderer shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract Delivery and Documents Delivery of the Goods shall be made by the tenderer in accordance with the terms specified by Procuring entity in its Schedule of Requirements and the Special Conditions of Contract Insurance The Goods supplied under the Contract shall be fully insured against loss or damage incidental to manufacturer or acquisition, transportation, storage, and delivery in the manner specified in the Special conditions of contract Payment The method and conditions of payment to be made to the tenderer under this Contract shall be specified in Special Conditions of Contract Payments shall be made promptly by the KRA as specified in the contract Prices Prices charged by the tenderer for goods delivered and services performed under the Contract shall not, with the exception of any price adjustments authorized in Special 17

18 Conditions of Contract, vary from the prices by the tenderer in its tender 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 Price variation request shall be processed by the procuring entity within 30 days of receiving the request Assignment The tenderer shall not assign, in whole or in part, its obligations to perform under this Contract, except with the KRA s prior written consent Subcontracts The tenderer shall notify the Procuring entity 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 Termination for Default The KRA 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) (b) (c) if the tenderer fails to deliver any or all of the goods within the periods) specified in the Contract, or within any extension thereof granted by the KRA; if the tenderer fails to perform any other obligation(s) under the Contract; if the tenderer, in the judgment of the KRA has engaged in corrupt or fraudulent practices in competing for or in executing the Contract In the event the KRA terminates the Contract in whole or in part, it may procure, upon such terms and in such manner as it deems appropriate, equipment similar to those undelivered, and the tenderer shall be liable to the Procuring entity for any excess costs for such similar goods Liquidated Damages 3.17 If the tenderer fails to deliver any or all of the goods within the period(s) specified in the contract, the procuring entity 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 items up to a maximum deduction of 10% of the delayed goods. After this the tenderer may consider termination of the contract Resolution of Disputes The KRA and the tenderer shall make every effort to resolve amicably by direct informal negotiation and 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 adjudication in an agreed national or international forum, and/or international arbitration Language and Law The language of the contract and the law governing the contract shall be English language and the Laws of Kenya respectively unless otherwise stated Force Majeure The tenderer shall not be liable for forfeiture of its performance security or termination for default if and to the extent that it s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. 18

19 SECTION IV -SPECIAL CONDITIONS OF CONTRACT 4.1. Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, between the GCC and the SCC, the provisions of the SCC herein shall prevail over these in the GCC. 42. Special conditions of contract as relates to the GCC. REFERENCE SPECIAL CONDITIONS OF CONTRACT OF GCC The performance bond must be issued in the form of a bank guarantee. The bank guarantee must be valid in Kenya and be at least 10% of the contract value. 3.8 Pre-shipment Inspection It is a requirement that the goods be inspected before shipment at the supplier s cost. Inspection of the goods before signing of the delivery notes will also be done by the recipient of the goods, at the point of delivery. 3.9 Packaging Packing and delivery of any equipment is at suppliers cost Delivery Delivery will be done at the relevant locations where the services will be required Payment Terms The Kenya Revenue Authority (KRA) payment terms are that payment shall be made within thirty (30) days from the date of delivery and signing of receipt Prices All prices quoted by bidders must be inclusive of all taxes, discounts and delivery costs to Times Towers, Nairobi, Kenya Liquidated Damages If the delivery date is extended (except by mutual consent) a penalty amounting to 0.5% of the total cost will be charged per day up to a maximum of twenty (20) days. No deliveries shall be accepted after the twentieth working day in which case the LPO will automatically lapse and be deemed to have been cancelled at the close of business on the twentieth day. The Authority shall then be at liberty to realize the performance bond. In this clause, days means working days Resolutions of Disputes Any dispute, controversy or claim between the Parties arising out of this Contract or the breach, termination or invalidity thereof, unless settled amicably under the preceding paragraph of this Article within sixty (60) days after receipt by one Party of the other Party's request for such amicable settlement, shall be referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining. The place of arbitration shall be Geneva. The arbitral tribunal shall have no authority to award punitive damages. In addition, unless otherwise expressly provided in this Contract, the arbitral tribunal shall have no authority to award interest. The parties shall be bound by any arbitration award rendered as a result of such 19

20 arbitration as the final adjudication of any such controversy, claim or dispute The language of all correspondence and documents related to the bid is: English. Unless explicitly specified in the Technical Requirements section, the key passages of all accompanying printed literature in any other language must be translated into the above language. 20

21 SECTION V - TECHNICAL SPECIFICATIONS 5.1 General These specifications describe the basic requirements for goods. Tenderers are requested to submit with their offers the detailed specifications, drawings, catalogues, etc for the products they intend to supply Tenderers must indicate on the specifications sheets whether the equipment offered comply with each specified requirement All the functionality and scope of the product to be supplied shall not be less than those required in these specifications. Deviations from the basic requirements, if any, shall be explained in detail in writing with a proposal of alternative product(s), preferably those that already exist within the Kenya Revenue Authority, with supporting data such as seamless integration, reference sites, etc. The Kenya Revenue Authority reserves the right to reject the products, if such deviations shall be found critical to the use and operation of the products The tenderers are requested to present information along with their offers the shortest possible delivery period of each product. 5.2 Particulars This tender covers the following: Supply and Delivery of Quality Assurance Testing and Test Automation (QATTA) Application software and associated services and the requirements for the software and associated Services as listed below. Project Components Bidders are required to provide a schedule of specific items to be supplied under the Tender and grouped under the following categories: 1 Delivery of Quality Assurance Testing and Test Automation (QATTA) software with documentation (soft and hard copy) 2 Installation, systems integration and implementation of QATTA software system 3 Consultancy for the implementation of QATTA software 4 User and Technical Training on QATTA software 5 Documentation of the Implementation and development and delivery of the User Procedures of QATTA software 6 Provision of warranty period and services 7 Provision of a Proposal for Post implementation and commissioning Annual Maintenance Services and Costs You are required to provide a clause-by-clause response to the specifications in the given format 21

22 Implementation Schedule Table Entire System Procurement 22 Line Item No. Subsystem / Item Configuration Table No. Site / Site Code Delivery (Bidder to specify in the Preliminary Project Plan) Installation (weeks from Effectiveness) Acceptance (weeks from Effectiveness) Liquidated Damages Milestone 1. Delivery of Quality Assurance Testing and Test Automation (QATTA) software system with documentation (soft and hard copy) 2. Installation and implementation of QATTA software system 3. Consultancy for the implementation of QATTA system 4. User and Technical Training on QATTA system 5. Documentation of the Implementation and development and delivery of the User Procedures of QATTA software 6. Provision of warranty services and period 7. Provision of a Proposal for Post implementation and commissioning Annual Maintenance Services and Costs Nairobi, Times Tower Nairobi, Times Tower Nairobi, Times Tower Nairobi, Times Tower Nairobi, Times Tower Nairobi, Times Tower Nairobi, Times Tower 22

23 Note: Refer to the System Inventory Table(s) below for the specific items and components that constitute the Subsystems or item. Refer to the Site Table(s) below for details regarding the site. 23 Summary of Technical Specifications. The Goods and Related Services shall comply with following Technical Specifications and Standards: Item No Name of Goods or Related Service 1 Delivery of Quality Assurance Testing and Test Automation (QATTA) software with documentation (soft and hard copy) Technical Specifications and Standards As below 2 Installation, systems integration and implementation of QATTA software As below 3 Consultancy and professional services for the implementation of QATTA software As below 4 User and Technical Training on QATTA software As below 5 Documentation of the Implementation and development and delivery of the User Procedures of QATTA software As below 6 Provision of warranty period and services As below 7 Provision of a Proposal for Post implementation and commissioning Annual Maintenance Services and Costs As below PLEASE REFER TO APPENDIX I FOR THE FOLLOWING: TESTING, VERSIONING AND DEFECT TRACKING MODULES; IT INFRASTRUCTURE PLATFORM AND ENVIRONMENT 23

24 24 CLAUSE BY CLAUSE TECHNICAL SPECIFICATIONS SECTION A: OVERALL SYSTEM FUNCTIONAL REQUIREMENTS Table 1: System Functional Requirements Item No Feature Minimum requirements Bidders Response Max Score 1.0 Integration and best practice 1.1 Quality Assurance Testing and Test Automation (QATTA) Application Software System with Documentation The solution should be able: 20 To handle both software changes arising from informal and ad hoc business requests and business software requirements for software acquisitions; To employ best practice, to assist in: o Defining and achieving defined quality goals for business software products of software development documents like requirements specifications; o The fulfillment of specified functional and quality requirements by static and dynamic testing of the software product; o Source code testing and release and control of release versions; o Application security testing and support for code security testing; 24

25 25 o Providing visibility through a dash board and monitoring applications health and initiating remedial activities to address any deviations from normal operations. To provide for identifying and managing the relationships of items within the software ensuring maximum availability, reliability and integrity of data transmission in the Authority. The system also should do versioning and Version Management as well as configuration update and Configuration Management of the software products or software items. To provide for integration with the existing and future associated software testing components and tools, especially the yet to be acquired business requirements management tools as well as the Enterprise Architecture tool and other business systems analysis and design tools. Therefore the QATTA software must uphold seamless integration with other associated systems and highly scalable and reliable. The Kenya Revenue Authority has invested in the following software products related to QATTA Application Software System: 25

26 Quality management and Functional testing Assorted modules of Open Source systems. As such proposals should include how to integrate the proposed solution(s) with the Open Source systems in use, as much as possible. Refer to Appendix A at the end of this section; and Where applicable, to avoid redundancy, replacement of the already existing open source systems including data migration thereof. 2.1 Capabilities System should have modules to support: Performance Testing Requirements management, release and management, release and cycle management, test plan, test lab, defects management and dashboard reporting that should be integrated to allow smooth flow of information through the testing stages. Web based information viewing to all access to project information online. End to end quality process from requirements management through test execution and defect management in one globally accessible web based platform. 26

27 Capabilities The module should be capable of: 15 Predict system behavior and performance used by many businesses around the world Obtain an accurate picture end to end system performance before going live Verify that new or upgraded applications meet specified performance requirements Identify and eliminate performance bottlenecks during the development lifecycle Stressing an application from end to end applying consistent, measurable and repeatable loads, then using the data to identify scalability issues that can affect real users in production. Capture end user response times foe key business processes and transactions to determine whether SLAs are met. Display performance data from every tier, server and system component and diagnostics probes to gather code level data to isolate bottlenecks. Provide a single view of end user, system level and code level performance data 27

28 Security Testing Supporting performance testing for a wide range of application environments and protocols including Web, SOA and web services, Ajax, RDP, database, legacy, Citrix, Java,.NET and ERP an CRM applications such as Peoplesoft, Oracle, Siebel and SAP. Reducing the script creation process and time by about 80% 4.1 Capabilities Security module should have the following capabilities: Identify security vulnerabilities that are undetectable by traditional scanners Tackle vulnerabilities in several web application technologies such as JavaScript, Adobe Flash, Ajax and SOAP. Identify and remediate critical and high risk security vulnerabilities in web applications and web services Deliver security knowledge needed to fix and remediate the issues Deliver a fast, flexible and scalable instrument for communicating meaningful results from application security assessment 15 28

29 29 Provide detailed reports that show how the web applications in use meet regulations and standards as well as what changes are required for compliance. Total 70 Supplier's Signature Official Stamp.Date 29

30 30 Table 2: Project management and implementation requirements Item No Feature Minimum requirements Bidders Response Max Score 1.0 Installation, system integration and implementation of QATTA software system 2.0 Consultancy for the installation and implementation of QATTA software 3.0 User and Technical Training on QATTA software The bidder must state schedule of services for installation and system integration. The Authority will provide server and hardware infrastructure environment and make them available to the successful bidder. The bidder should also state infrastructure components it expects to be provided by the Authority necessary for successful installation and system integration. Provide also the associated costs, if any The bidder must state the schedule of services for provision of consultancy for the installation and successful implementation of QATTA software system and its commissioning. The consultancy should include data migration and safe retirement of any resulting redundant systems. Provide also the associated costs, if any. The bidder must state schedule of services for provision of User and Technical Training on QATTA software for smooth operation and support of the system. Provide topics to be covered and duration. Indicate training materials to be provided. Provide also the associated costs, if any

31 Documentation of the Implementation and User Procedure of QATTA software 5.0 Provision of warranty period and services 6.0 Provision of a Proposal for Post implementation and commissioning Annual Maintenance Services and Costs 7.0 Provision of a Proposal for a Live Demonstration of Bidder s Proposed Solution 8.0 Provision of Local Support The bidder must state schedule of activities for development and delivery of technical documentation of the implementation and User Procedure manual of QATTA System for smooth operation and support of the system. Provide also the associated costs, if any. The bidder must state the warranty period, resource persons and facilities it will use in provision of services under warranty. State also the schedule and scope of services to be provided during the warranty period. Provide associated costs, if any The bidder must state services and service levels constituting a proposed maintenance contract giving options for 1, 2, and 3 years. Provide associated costs, if any. The Authority reserves the right to select options it deems fit. The bidder must provide a schedule for a live demonstration of its proposed solution at Times Tower, Nairobi, Kenya. The proposed demonstration should be not more than two hours. In addition to the proposed schedule, the bidder should provide the name(s) and resume of their proposed facilitators/presenters. The bidder must either possess local presence or make arrangements that will ensure that their proposed solution, tools and those trained to use them can be supported locally. In this regard, the bidder

32 Provision of Work Plan Total is required to state the means and resources for fulfilling this requirement The bidder must provide a detailed work plan for the supply, delivery, training, installation, system integration and provision of all other requested services for the successful implementation of QATTA software system and its commissioning. The proposed work plan should include the name(s) and resume of their proposed engineers and consultants 3 30 Supplier's Signature Official Stamp Date 32

33 33 SECTION B: DETAILED TECHNICAL SPECIFICATIONS AND STANDARDS Table 1: Minimum Specifications for Test & Defect Management Tool Quantity (License Numbers) 20 Item No. Functionality/ Feature Minimum Requirements Bidder s response: Max Score 1.0 System identification 1.1 Product Name Version Proof of Certification/ accreditation/ manufacturer s authorization Internationally Recognized Name of the system State the latest stable version for all modules proposed State and provide proof of a certification program subscription 1.4 Installation Platform Linux, preferably Red Hat or SuSE Enterprise Linux Server (64-bit) 2.0 Operating Systems 2.1 Windows, Sun Solaris, HP-UX and LiNUX support Does application support the following OS platforms: Windows XP (SP3) 32 bit Window Vista (SP1) 32 bit Windows 7-32 bit Windows 7-64bit Windows XP (SP2) 32 bit Windows bit Windows Server 2003 SP2-64 bit

34 Accessibility via Remote Desktop Windows Server 2008 SP2 (64 bit) Windows Server 2008 R2 (64 bit) Sun Solaris 10 (64 bit), Linux Red Hat 5.4 (64 bit) HP-UX v3 (64 bit itanium) Linux SUSE 10 (64 bit), Oracle Linux 5.4 (64 bit) 2.3 Remote Desktop Does application support accessibility via Remote Desktop? 3.0 Browser Support 3.1 Microsoft 8 support Does application support IE 8? Microsoft 7 support Does application support IE 7? 4.0 Hardware Requirements (Server ) 4.1 Windows Requirements Does application support Quad Core AMD64 processor or equivalent x86- compatible processor? 4.2 Linux Requirement? Does application support Quad Core AMD64 processor or equivalent x86- compatible processor? 4.3 Memory Requirement (RAM) Does application require more than 4 GB of RAM? 4.4 Free Disk Space Will application require more than 8 GB of Free Disk Space?

35 Environments Requirement 4.6 Environment component combination Environment component combination Environment component combination Environment component combination 4 Does application support the following environment components? OS - Win2008 SP2 64bit App Server - JBOSS 5.1 DB Server - SQL 2008 SP1 Web Server - JBOSS 5.1 Does application support the following environment components? OS Sun Solaris 10 64bit App Server weblogic 10.3 DB Server Oracle Web Server Apache 2.2 Does application support the following environment components? OS Linux Red Hat bit App Server weblogic 10.3 DB Server Oracle Web Server Apache 2.2 Does application support the following environment components? OS HP-UX 11.3` v3 64bit (Itanium) App Server JBOSS 5.1 DB Server Oracle

36 Features & Functionality Requirements 5.0 Requirements Definition & Management and Test Planning 5.1 Requirements Management 5.2 Configurable Templates Web Server JBOSS 5.1 Does application include functionality for creation and management of Software Requirements? Does application allows standardization of Requirements Definition using configurable templates? 5.3 Text Editor Does application provide MS-Word like editor for the creation of requirements, test plans and test cases? 5.4 Viewing Requirements at Project and Release Levels 5.5 Requirements Traceability 5.6 Requirements Linkage Does application provide the ability to view requirements coverage at the project or release levels? Does application allow traceability of the relationships between requirements, process paths, defects and test coverage? Does application allow linkage of requirements directly to tests, defects and developer tasks to ensure alignment with change? 5.7 Import and display of Does application allow for business 4 36

37 37 Business Process Models 5.8 Change Impact Report 5.9 Notification when requirements change 5.10 Fields and Flows customization 5.11 Real-time Reporting and Analysis 5.12 Requirements Coverage and associated defects process models to be imported and displayed? Does application provide the capability to create a Change Impact Report as requirements change thereby providing visibility into the requirements and subsequent part of the business process affected? Does application generate Notification to each stakeholder based on changes made to requirements that may impact their assigned tasks? Does application allow for fields and flows to be customized for user-specific processes? Does application provide the capability to generate real-time reporting and analysis of application readiness? Does application provide the capability for real-time visibility of requirements coverage and associated defects to paint a clear picture of business risk? 5.13 KPI & Reporting Does application provide the capability to manage the release process and make more informed release decisions with real-time key performance indicators (KPI) and reports? 5.14 Management of Quality Activities Does application provide the necessary tools to assist managers measure the progress and effectiveness of quality activities? 37

38 Collaboration Does application provide the capability for project team to collaborate in the quality lifecycle with a single global platform? 5.16 Management of Test Assets 5.17 Requirements definition and business priorities 5.18 Test Effort Prioritization 5.19 Creation of Test Plans and Test Cases 5.20 Separate Test Planning and Test Execution capabilities 5.21 Repository for Test Assets 5.22 Centralized launching pad for test assets Does application allow for centralized management of manual and automated testing assets? Does application provide the ability to define application requirements and testing objectives based on business priorities? Does application allow for prioritization of testing efforts based on business risks? Does application allow for the design and creation of test cases? Does application provide separate sections and functionality for Test Planning and Test Execution? Does application provide the capability to be a repository for all test assets including automation scripts? Does application enable testers to run manual and automated tests from the same location?, report results, and enter defects 5.23 Defects creation Does application allow for defects to be created from the same repository? 5.24 Reports generation Does application allow for reports to be customized and generated from the same 38

39 Working with multiple versions of test assets 5.26 Defect Review and Correction repository? Does application allow users to manage multiple versions of tests and test assets while maintaining data integrity? Does application allow developers to review and correct defects allocated to them? 5.27 Quality Metrics Does application provide the capability to project managers to review quality metrics and decide on whether an application is ready for release? 5.28 Linkage with external requirements management tool 5.29 Modularization of manual test cases 5.30 Parameterization of manual test cases 5.31 Management of Automated test cases 5.32 Parameterization of automated test cases 5.33 Management of performance test cases 5.34 Parameterization of the performance test cases Does application allow linkage via API or Web Service to external Requirements Management Tool? Can the solution support modularizing of manual test cases (eg one test calling another test) Can the solution support parameterization of manual test cases? Can the solution support the management of automated test cases? Can the solution support parameterization of the automated test cases? Can the solution support the management of performance test cases? Can the solution support parameterization of the performance test cases 39

40 Risk-based Test Planning and Management 6.1 Centralized repository for Test Management 6.2 Risk-based test management 6.3 Business Risk Assignment 6.4 Centralized repository for all test types and phases 6.5 Unattended Test Execution 6.6 Test Execution and Integrated reporting Requirements Prioritization Does application allow for testers to define, manage, and track all test script types (functional, performance, and security) in one location? Does application allow for risk-based test management? Does application allow for stakeholders to determine and assign business risk to requirements, and calculate where to apply testing resources? Does application allow for functional, regression, load, unit and integration testing each with its own set of requirements, schedules, and procedures to be created and managed centrally? Does application allow for testers to emulate business processes, run tests unattended, define and share test cases and Business Process Test components? Does application allow execution of manual and automated testing with integrated results? Does application allow for prioritization of requirements and alignment of testing goals with business priorities to enable compliance and manage change? 6.7 Functionality Does application provide the capability to 3 40

41 41 Complexity 6.8 Release and Cycle Management assess functionality complexity by assigning values to a series of criteria? 6.9 Test Cycle creation Does application provide the capabilities to break work items into testing cycles and meaningful phases? 6.10 Real-time visibility into actual versus planned testing status Does application allow testers to plan release efforts by identifying requirements and tests for each cycle and attaining real-time visibility into actual vs. planned testing status to make informed go/no-go decisions? 6.11 Program Tracking Does application allow programs to be tracked against set release schedule to determine if release plan is on track? 7.0 Version Control & Base-lining 7.1 Version Control Does application support version control for requirements, test plans and test assets? 7.2 Audit History Does application maintain a non-editable audit history for all changes occurring in the application? 7.3 Date and Time stamp Does application provide date and time stamp for all changes occurring in the system? 7.4 Base-lining of Test Assets and Requirements Does application allow base-lining of requirements, tests or test assets at strategic points in the project lifecycle to 2 41

42 Comparison of baselined items 7.6 Aligning Test Assets to specific baseline 8.0 Test Scheduling and Execution 8.1 Centralized control of Manual and Automated tests mark specific milestones? Does application allow the comparison of baselines to Change Impact in order to enable rollback? Does application provide the capability to pin a test set to a specific baseline? Does application provide the ability to manage and control manual and automated tests from a centralized console? 8.2 Scheduled Execution Does application provide the capability to schedule test execution for both manual and automated tests? 8.3 Centralized view of execution runs and results Does application provide the capability to view test execution runs and generate run results? 8.4 Defect documentation Does application allow for defects to be logged at the point of failure and record run details as part of a defect record? 8.5 Linkage of Defects to Requirements 8.6 Import of business requirements, test plans and test cases using MS Word template Does application allow testers to link defects to project requirements? Does application provide a functionality that allows testers to import requirements, test plans and test cases using MS Word template? 8.7 Import of business Does application provide a functionality 3 42

43 43 requirements, test plans and test cases using Excel template that allows testers to import requirements, test plans and test cases using Excel template? 8.8 Test dependencies Does application allow test dependencies to be created thereby allowing emulation to real-life business processes 8.9 Re-use of Test Plans and Test cases 8.10 Resource/Test Asset Management 8.11 Multiple record update 8.12 Test Parameters for manual tests 8.13 Copying across projects 9.0 Defect Management Does application allow reuse of test plans and test cases? Does application provide the functionality to manage resources used by each test such as configuration files? Does application allow for values in multiple fields to be updated at the same time? Does application consider test parameters in manual tests as properties of a test instead of as part of a specific test design step? Does application provide the functionality to copy tests, test sets, or test resources across projects? 9.1 Defect Management Does application possess a Defect management component that identifies, manages, tracks, and enforces defect resolution across the application lifecycle? 9.2 Customizable Defect Remediation Does application provide the capability for an organization to customize a defect remediation process? 3 43

44 Defect Analysis Does application allow defect analysis and trending? 9.4 Support for entire defect lifecycle 9.5 Duplicate Defects identification 9.6 Creating Application Security Defects 9.7 Defects linked to requirements, test cases and test results 9.8 Notification to responsible parties 9.9 Notification with Status changes Does application s defect management module support entire defect lifecycle from initial problem detection through resolution and verification? Does application s defect management module provide the ability to perform queries against existing defects to determine if defects are duplicates Does application allow testers to create functional, performance, and application security defects manually or directly from the execution of manual and automated tests? Does application allow testers to communicate defects to developers with context from linked requirements and test execution results? Does application generate notification to assigned stakeholders and developers when defects are found and created in the system? Does application generate notification when the status of defects changes? 9.10 Defect Sharing Does application provide the capability to share a defect across multiple projects Developer Collaboration 44

45 Integration with development environments 9.12 Tracking of assigned tasks 9.13 Source code agent policy enforcer 9.14 Integration with SCMs 9.15 Integration with Build systems The application must allow integrations with development environments (IDEs) for linking tasks, source code, releases, Requirements, Defects and Tests The application must provide the capability for developers to track their assigned tasks against requirements and defects in order to track project progress and evaluate risk The system must ensure that before any source code commits are made to an SCM it must be associated with a requirement or defect The application must allow integrations with Source Code Management (SCM) systems The application must allow integrations with Build systems 9.16 Cross project libraries The application must allow for sharing of requirements, test scripts, test resources via centralized libraries 10.0 Reporting and Graphing 10.1 Integrated Dashboard Does application possess an integrated Dashboard module to centralize quality reporting thereby allowing real-time decisions to be made based on application status across projects and QA initiatives? 10.2 Document generator Does application possess a document

46 Grouping together of graphs 10.4 Multiple project display within graphs 11.0 Project Planning and Tracking 11.1 Automatic updates of the progress of the project 11.2 Cross project reporting 11.3 Key Performance Indicators generator that allows the push of requirements, tests, defects, and their associated data to a Microsoft word document? Does application allow for graphs to be grouped together for centralized monitoring? Does application provide the functionality to create graphs that include data from multiple projects thereby allowing for comparison of multiple projects Does the application automatically update the progress and status of the project including real-time updates to the project plan and KPIs Does the application allow for reporting of related projects from a single, unified view Does the application allow for definition and measurement of a project KPIs 11.4 Milestone monitoring Does the application allows for the monitoring of project milestones including alerts for missed milestones 11.5 Reporting on project milestones and KPIs Does the application allow for reporting of project milestones and key performance indicators and drill down capabilities for further details 4 46

47 Process standardisation 12.0 Administration 12.1 Cross Project Customization 12.2 Creation of customized template project 12.3 Linking customized project template to multiple projects 12.4 Updates to customized project templates 12.5 Data Sharing within projects Does the application allow for definition of a standardized process and the central customization of workflows Does application provide the capability to standardize policies and procedures across initiatives? Does application allow the creation of customized template project? Does application allow for customized project template to be linked to one or more projects and apply template customization to the linked projects? Does application allow updates to customized project templates and those used within linked projects? Does application allow the creation of standard set of customized requirements types and project lists that facilitates data sharing between projects 12.6 Library Import Does application allow libraries of entities to be imported and reused with the same or multiple projects? 12.7 Comparing and Synchronizing Libraries Does application allow the comparison of two associated libraries to review changes and make decisions about updates to projects? 12.8 Project Upgrades Does application include a built-in verify 2 47

48 48 and repair functionality to be used in locating and repairing problems related to integrity, schema and environment? 12.9 Password Reset Does application allow for users to reset their own passwords without requesting the assistance of an administrator? Project Administrator Permissions License Expiration Date Does application provide security feature that prevents the system administrator from being able to change user details of project users including user s address? Does application provide a view of expiration date for installed application license? License Export Does application allow for license key to be exported to a file? Total 45 Supplier's Signature Official Stamp Date 48

49 49 Table 2: Minimum Specifications for Performance Testing Tool Quantity (License Numbers) 1,000 Item NO. Functionality/ Feature Minimum Requirements Bidder s Response Max Score 0.0 System identification 0.1 Product Name 0.2 Version 0.3 Proof of Certification/ accreditation/ manufacturer s authorization System requirements, Client 1.0 Server Requirements 1.1.NET Framework 3.5 SP1 support 1.2 Microsoft Data Access Components (MDAC) 2.8 SP1 (or later) Microsoft Windows 1.3 Installer Microsoft Core XML Services (MSXML) Microsoft Visual C SP1 Redistributable Package (x86) Internationally Recognized Name of the system State the latest stable version for all modules proposed State and provide proof of a certification program subscription Is application compatible with.net Framework 3.5 SP1? 17 Is application compatible with Microsoft Data Access Components (MDAC) 2.8 SP1 (or later) Is application compatible with Microsoft Windows Installer 3.1? Is application compatible with Microsoft Core XML Services (MSXML) 6.0? Is application compatible with Microsoft Visual C SP1 Redistributable Package (x86)?

50 Microsoft Visual C Redistributable Package (x86) 1.7 Web Services Enhancements (WSE) 2.0 SP3 for Microsoft.NET Redistributable Runtime MSI 1.8 Web Services Enhancements (WSE) 3.0 for Microsoft.NET Redistributable Runtime MSI Is application compatible with Microsoft Visual C Redistributable Package (x86)? Is application compatible with Web Services Enhancements (WSE) 2.0 SP3 for Microsoft.NET Redistributable Runtime MSI? Is application compatible with Web Services Enhancements (WSE) 3.0 for Microsoft.NET Redistributable Runtime MSI? 1.9 Strawberry Perl Is application compatible with Strawberry Perl ? 1.10 Unix System For the load generator, can application be installed on a Unix System? 1.11 Browser Support for application and components 1.12 Browser Support for application and components 1.13 Browser Support for application and components 1.14 Operating System support for Application and components 1.15 Operating System support for Application and components Is application and components compatible with Internet Explorer? Is application and components compatible with Mozilla? Is application and components compatible with other common browsers? Does application and its necessary components support Windows Vista SP2 32- bit? Does application and its necessary components support Windows XP SP3 32- bit? 50

51 Operating System support for Application and components 1.17 Operating System support for Application and components Does application and its necessary components support Windows Server 2003 Standard Edition/Enterprise Edition SP2 32- bit? Does application and its necessary components support Windows Server 2008 Standard Edition/Enterprise Edition SP2 32- bit and 64-bit? 1.18 Windows 7 Support Does application support Windows 7? 1.19 Windows Server 2008 Does application support Windows 8? 1.20 IDE integration and support. Does application integrate with the J2EE environment? 1.21 IDE integration and support. Does application integrate with Microsoft Visual Studio? 1.22 RIA Support Does application support the testing of Rich Internet Applications? 1.23 Web 2 Technologies support Does application support the testing of applications based on Web 2 Technologies? 1.24 ERP application support Does application support the testing of Enterprise Resource Planning applications? 1.25 CRM application support Does application support the testing of Customer Relationship Management applications? 1.26 Cloud Testing Support Does application support testing of applications on Cloud based platform? 1.27 Mobile Application Does application support testing of Testing Support 1.28 Performance validation and problem diagnosis 1.29 Load Generation and problem diagnosis applications on Mobile based platform? Does application possess the capability to validate performance and diagnose problems? Does application possess the capability to generate load and diagnose problems? 51

52 System behavior and performance indicator 1.31 End-to-end system performance 1.32 Incorporated during unit testing 1.33 Support for javascript based applications (including Ajax) 1.34 Ability to capture enduser response times 1.35 Real-time performance monitors 1.36 Performance Monitors for code levels 1.37 Mozilla Firefox Support 1.38 Silverlight based application support 1.39 Java-based application support 1.40 Citrix Online Plugin Version 11.2 Support Can application be utilized during software testing for predicting system behavior and performance? Can application be utilized in deriving an accurate picture of end-to-end system performance before going live? Can application be utilized in development environment for identifying and eliminating performance bottlenecks during the development life cycle? Does application provide any web-based solutions for the support of next generation Ajax applications? Does application possess the capabilities to capture end-user response times for key business processes and transactions? Does your application provide non-intrusive performance monitors to obtain and display performance data from every tier, server and system components? Does application provide the capability to introduce diagnostics probes at the code level to isolate bottlenecks at the SQL statement or method level? Does application support the development of scripts in Mozilla Firefox? Does application support the generation of high level scripts by automatically importing and configuring WSDL files used by Silverlight based applications? Does application allow the recording and replaying of java remote calls over HTTP? Does application contain a Citrix Protocol that supports Citrix Online Plugin Version 52

53 ? 1.41 Citrix Online Plugin Version 12.0 Support 1.42 Citrix XenApp Server 5.0 support 1.43 NCA Java object property support 1.44 SAPGUI for Windows Client version 7.20 support 1.45 Headless technologies support 1.46 Data format capabilities for the Web 1.47 Viewing HTTP Traffic 1.48 Seamless Integration with Test Management/Function al Testing Suite 1.49 Single view of Performance Date for data analysis and reporting 1.50 Detection of System Performance and Slowdown Does application contain a Citrix Protocol that supports Citrix Online Plugin Version 12.0? Does application support Citrix XenApp Server 5.0? Does application provide automated creation and registration within a script of a queryanswer table of communication between client-side Java objects and the Oracle NCA server? Does application support SAPGUI for Windows Client version 7.20? Does application support creation of service test scripts? Does application possess data format capabilities for web protocol family i.e. HTTP/HTML? Does application provide capabilities to view complete HTTP traffic in both raw and DFE generated formats? Does application fit neatly within an Application Lifecycle Management tool that includes Test/Defect Management and Functional testing tools? At the completion of a load test, does application provide a single view of enduser, system-level and code-level performance data? Does application provide a mechanism for scanning end-user, system and diagnostics date to provide the likely causes of system 53

54 Automatic Script generation at userinterface level 1.52 Performance SLA and KPIs 2.0 Scripting Recording & Playback 2.1 Interactive Recording and Playback slowdown? Does application provide the capability to record scripts at the UI level by clicking on screens? Does application allow definition of Performance SLA and KPI s? Does application possess a component for managing Virtual Users thereby facilitating interactive recording and scripting? Does application allow record and playback at the GUI level? Does application allow record and playback 2.2 Record and Playback at all levels 2.3 Record and Playback at all levels at the transport level? 2.4 Record and Playback Does application allow record and playback at all levels at the Socket level? 3.0 Analysis and Reporting Passed and Failed Test Transactions Does application possess data analytical capabilities to determine passed and failed test transactions? 3.2 Root Cause Analysis Does application possess capabilities to determine root causes of failures? 3.3 Reports Does application provide canned reports? 3.4 Custom Reporting Does application allow for creation of custom reports? 3.5 Graphical Reports Does application provide the capabilities to generate graphical reports 4.0 Testing across application lifecycle 4.1 Script creation within Does application allow for script creation 5 54

55 55 the IDE with the IDE? Unit testing/debugging capabilities Does application allow for developers to view and debug performance issues at the code level within their development environments and desktops? 4.3 Integration with Test Management and Defect management Software 4.4 Integration with Functional Testing Software Does application integrate seamlessly with Test Management and Defect management Software? Does application integrate seamlessly with Functional Testing Software thereby creating a synergy that allows test engineers to run automated test scripts created within such applications? 4.5 Production monitoring Can application be used to monitor system performance, availability, and Service Levels in production under real-user workloads? Total 45 Supplier's Signature Official Stamp Date 55

56 56 Table 3: Minimum Specifications for Functional Testing Software Quantity (License Numbers) 2 Item No Functionality/Feature Minimum Requirements Bidder s Response Max Score 0 System identification 0.1 Product Name 0.2 Version 0.3 Proof of Certification/ accreditation/ manufacturer s authorization 1.0 Support for Operating Systems Internationally Recognized Name of the system State the latest stable version for all modules proposed State and provide proof of a certification program subscription 1.1 Windows 7 Support Can solution support Windows 7? Windows Vista SP2 Support Can solution support Windows Vista SP2? 1.3 Windows Server 2008 SP2 Support Can solution support Windows Server 2008 SP2 1.4 Windows Server 2008 R2 Support Can solution support Windows Server 2008 R2 1.5.NET Framework Support Does solution support FrameWork Virtualization Does solution support Citrix 5 Environment support 2,0 Web Browsers Support 2.1 Firefox support Is application compatible with Firefox 3.5? 2 2,2 Internet Explorer Support Is application compatible with prior versions of IE 8 and greater?

57 NET Support 3.1.NET 4.0 Support Does application support.net 4.0? 3.2 Silverlight 2 and 3 support Does application support Silverlight 2 and 3? 4.0 JAVA Support 4.1 IBM Java 7 Beta Does application support IBM Java 7 3 support Beta? 4.2 Eclipse 3.5 support Does application support Eclipse 3.5? 4.3 SWT 3.5 Does application support SWT 3.5? 5.0 TE Support 5.1 PuTTY support Does application support PuTTY? Attachmate INFOConnect for Unisys Does application support Attachmate INFOConnect for Unisys? 5.3 Hummingbird Host Explorer 2008 (version 13) Does application support Hummingbird Host Explorer 2008 (version 13)? 5.4 Seagull BlueZone 5 Does application support Seagull BlueZone 5? 5.5 SAP Support Does application support CRM 2007 or greater? 5.6 Delphi Support Does application support Delphi 2005 or greater? 5.7 OG and OT Support Does application support OG 12 and OT11, OG 12.01, and OT11.01? 5.8 MFC 9.0 Support Does application support MFC 9.0 in scope of Stingray Studio 10.0 and ? 5.9 VisualAge Support Does application support SmallTalk 7.5? 6.0 Functional and Regression Test GUI 57

58 58 & Non-GUI Validation support 6.1 Web 2.0 toolkits applications support 6.2 RIA applications support Can solution support Functional test automation for advanced Web 2.0 toolkits? Can solution support Functional test automation for Rich Internet Application (RIA) development technologies? Can solution support Functional test automation for Web Services? Can solution support Functional test automation for enterprise resource planning (ERP) applications? 6.3 Web Services applications support 6.4 Enterprise Resource Planning (ERP) applications support 6.5 Customer Relationship Can solution support Functional test Management (CRM) automation for customer relationship applications support management (CRM) applications? 6.6 Headless Layer Testing Does solution support validation of headless layers? 6.7 Multi-Layer Testing Does solution support validation of multi-layers? 6.8 Regression Test Automation support 6.9 Web 2.0 toolkits applications support 6.10 RIA applications support 6.11 Web Services applications support Can solution support Regression test automation for advanced Web 2.0 toolkits? Can solution support Regression test automation for Rich Internet Application (RIA) development technologies? Can solution support Regression test automation for Web Services? 5 58

59 Enterprise Resource Planning (ERP) applications support 6.13 Customer Relationship Management (CRM) applications support 6.14 Functionality Testing support for nonsupported Web technologies 7.0 Test Creation and Maintenance 7.1 Keyword-driven scripting support 7.2 Integrated Recording capability Can solution support Regression test automation for enterprise resource planning (ERP) applications? Can solution support Regression test automation for customer relationship management (CRM) applications? Does solution provide Extensibility Accelerators for non-supported web technologies? Does application allow test creation through keyword-driven scripting? Does application allow test creation through recording of user actions and activities? 7.3 Integrated Scripting Does application allow users to underlying test and object properties through integrated scripting? 7.4 Native Language Is VBScripting supported for scripting of test scripts? 7.5 Test Configuration Does application allow for test data to be unbound from tests? 7.6 Combining GUI & Non-GUI tests 7.7 Run-time Visual Object identification 7.8 Automatically parameterize Steps Does application support testing of GUI and non-gui elements within the same test? Does application allow users to visually identify application objects? Does application provide the functionality to automatically parameterize the steps in actions used within a test? 3 59

60 Video recording capability 8.0 Reusable work objects and collaboration 8.1 XML-based Object Repository 8.2 Object Library management and collaboration The system must support a vector based video recording facility in the results of an automated test execution for the purposes of troubleshooting Is application s Object Repository XML-based? Does application allow collaboration with the use of object and does application support seamless synchronization of objects within library? 8.3 Use of Data Does application allow the use of spreadsheets data spreadsheets? 8.4 Function Libraries Does application allow collaboration within function library? 8.5 Data usage and Does application allow common data collaboration sources across different tests? 8.6 Multiple Object Does application support the creation Repositories and and use of multiple Object Function Libraries Repositories and Function Libraries? 8.7 Data Filter Does application allow for data to be filtered based on testing needs? 8.8 Change History Management Does application provide log tracking capability to facilitate debugging? 9.0 Reporting 9.1 Supported Format Can application generate reports in MS Word document format? 9.2 Supported Format Can application generate reports in PDF document format?

61 Supported Format Can application generate reports in HTML format? 9.4 Charts and Graphics support Does application generate charts based on test results? 9.5 Reports Configuration Does application allow for reports to be configured based on audience and format? 9.6 Images & Screenshots Does application allow customization of reports with userdefined images and screenshots? 9.7 Report Recovery Does application allow for the recovery of corrupted reports? 9.8 Linkage from report to scripts Does application allow traceability back to Test scripts? 10.0 Integration with other Test Management Applications 10.1 Integration with Test/Defect Management repository Does application integrate with a Test Management and Defect Management tool? 10.2 Integration with performance, load, and stress testing tool Does application integrate seamlessly with other Performance, Load, Stress and manual testing tools? Total 45 3 Supplier's Signature.Official Stamp.Date 61

62 62 Table 4: Minimum Specifications for Security Testing Tool: Quantity (numbers) 1 User License Item No. Minimum Requirement Bidder s Response Max Score 1 System identification 1.1 Product Name Version Proof of Certification/ accreditation/manufacturer s authorization Internationally Recognized Name of the system State the latest stable version for all modules proposed State and provide proof of a certification program subscription 1.4 Installation Platform Linux, preferably Red Hat or SuSE Enterprise Linux Server (64-bit) 2.0 Software System, Features & Functionality Requirements 2.1 Authentication Single local user authentication Detailed scan logging. Scan logs can be adjusted to include more or less detail and are viewed through an easy to read log viewer 2.2 Documentation/on line help Detailed installation and end user documents and online help 2.3 Filter rules Fully customizable filter rules, can be customized and templates created via standard GUI 2.4 Data inputs Data inputs for form fields must have default values and friendly editable. 2.5 View of attack inputs Attack inputs should be viewed in raw http, included in reports, and new attacks can be created via Policy Manager by end user and saved for reuse

63 Http response All http request/response data stored by default 2.7 Interface Fully customizable rule interface 2.8 Integration Integrations available to multiple types of applications enumerate them Seamless integration with the above proposed modules as well as tools yet to be procured by the Authority, e.g., a Requirement Management tool 2.9 Report templates Out of the box report templates and fully customizable capabilities. Please enumerate on the capabilities 2.10 Vulnerability detection Accelerate Vulnerability Detection including ability to use smart engines to dynamically adjust scan settings 2.11 Scanning Ability to scan multiple applications or pieces of an application Security knowledge Increase Security Knowledge to be able to assist with remediation 2.13 Vulnerability discovery Ability to discover, scan, and identify vulnerabilities thereby increasing resource productivity 2.14 Scanning capabilities Fully supports SSLManual scan, Automated scan and recorded macro scan capable to provide for customized testing SQL injection, brute force and buffer overflow overflow 2.16 Customization of severity levels Have the ability to run SQL injection, buffer overflow, brute force, along with other tools in order to provide for integrated tool set. Ability for custom results adjusting enable changing the severity of any vulnerability to fit your the Authority (KRA) 2.17 Proxy settings configuration Multiple Proxy settings to enable customization to fit to the Authority s 63

64 changing environment Enterprise scanning Ability for Enterprise Scanning 2.19 Integration with external data Integrating with external data to allow for the integration with custom data sources to meet the demands of more mature organizations to provide for the need to supplement standard security mitigation with company specific mitigations 2.20 Reports Highly customizable reports and with access to modify all aspects of reports. Please elaborate on your solution provides for this facility 2.21 Flexibility Flexibility to support the needs of security professionals who require a variety of options for controlling the output in various reporting templates in varying formats of the output including PDF, HTML, TXT, XLS, and RTF Export to XML Ability to fully export to XML format which can be used by security consultants to transfer the assessment findings to their own databases for further collation or management User interface The reporting tool should be accessible via the web UI and be able to adapt effectively to an advanced user's needs to provide for ease of access Total Supplier's signature Official stamp Date 64

65 65 65

66 APPENDIX A A. EXISTING SOFTWARE SYSTEMS No. Software Testing Tool Function 1. Bugzilla Defect Management 2. J-Meter Performance Management and Load Testing 3. Knowledge Tree Document Management 4. Subversion Version Control 5. Track-It Incident Management 6. Control ES Enterprise Process Management 7. Enterprise Architecture UML analysis and design 8. Power Builder Data driven development tool 9. Toad Database administration tool 10. Myeclipse J2EE development platform 11. Oracle Forms Oracle development tool B. IT INFRASTRUCTURE ENVIRONMENT 1. SERVERS a. IBM P-Series i. P570 b. IBM X- Series i. X3850 c. HP/Compaq ML Series i. ProLiant DL 180 ii. ProLiant ML 330 iii. ProLiant ML 350 iv. ProLiant ML 370 v. ProLiant DL 380 vi. Compaq-ES-40 66

67 67 d. DELL i. PowerEdge R710 ii. PowerEdge 2600 iii. PowerEdge 2950 iv. PowerEdge 4600 v. PowerEdge R Storage Area Network a. IBM DS Personal Computers a. Windows & Linux 4. Network /Firewall/IDS/IPS a. Routers, Switches, IDS/IPS, Access Control Server b. RAD & Alcatel Data Terminal Units 5. PABX a. Philips Sopho/Alcatel System 6. Other Platforms a. Microsoft SQL Server b. Oracle Enterprise c. Microsoft Visual Basic Development Environment d. Microsoft Windows e. SuSE Linux Operating system f. SuSE Linux Enterprise Server g. Microsoft Windows Servers h. RedHat Linux i. HP UNIX j. Internet Explore k. Mozilla 67

68 68 7. Size of KRA a. About 4000 Employees b. KRA branches are spread all over the country, in major towns and in all border points. 8. Size of ICT Department. a. About 200 IT staff b. Organization based on ITIL processes. 9. ITIL Processes a. Documented all ITIL processes namely All Service support Processes, All service Delivery Processes, Security Management b. Documented Project Management Function c. Implemented the ITIL documented processes 68

69 69 SECTION VI - SCHEDULE OF REQUIREMENTS (a) Procurement Item QATTA Software The proposed QATTA Software requirements will be supplied as one lot but with the following project components: 1. Quality Assurance Management 2. Performance and Load Testing 3. Test Automation 4. Application Security Testing 5. Installation, system integration and implementation of QATTA software 6. Consultancy for the implementation of QATTA software 7. User and Technical Training on QATTA software 8. Documentation of the Implementation and User Procedures of QATTA software 9. Provision of warranty period and services 10. Provision of a Proposal for Post implementation and commissioning Annual Maintenance Services and Costs 69

70 (b) Instructions on Submission of Bids (i) Note to Bidders: The following Checklist is provided to help the Bidder organize and consistently present its Technical Bid. For each of the following Technical Requirements, the Bidder must describe how its Technical Bid responds to each Requirement. In addition, the Bidder must provide cross references to the relevant supporting information, if any, included in the bid. The cross reference should identify the relevant document(s), page number(s), and paragraph(s). The Technical Responsiveness Checklist does not supersede the rest of the Technical Requirements (or any other part of the Bidding Documents). If a requirement is not mentioned in the Checklist that does not relieve the Bidder from the responsibility of including supporting evidence of compliance with that other requirement in its Technical Bid. One- or two-word responses (e.g. Yes, No, Will comply, etc.) are normally not sufficient to confirm technical responsiveness with Technical Requirements. TECHNICAL PROPOSAL comprising of the following documents PRESENTED IN THE ORDER GIVEN: 70 Section A B C D E F G H I J K L M N O P Document Tender Notice/Invitation to Tender Confirmation of Submission of 2-envelope Bid Tender Security Confidential Business Questionnaire Power of Attorney Certificate of Incorporation, Memorandum and Articles of Association. Manufacturer s Authorization/Distributorship appointment Organization Chart Key Staff Competency Profiles Last 3 years Audited Accounts Physical Address Details Statement of Experience Details of Five Major Clients Anti Corruption Affidavit Tax Compliance Certificate Bidder s Technical Proposal for proposed product to be supplied. Financial: - comprising of: Tender Form and Price Schedules (only) (ii) Sealing and Marking of Bids: The inner envelopes should be clearly marked as follows: ORIGINAL TECHNICAL A KRA/HQS/NCB-006/ COPY TECHNICAL B KRA/HQS/NCB-006/ ORIGINAL FINANCIAL A KRA/HQS/NCB-006/ COPY FINANCIAL B KRA/HQS/NCB-006/ The envelopes shall then be sealed in an outer envelope. The inner and outer envelopes shall be addressed to: Commissioner General Kenya Revenue Authority P.O Box 48240, Nairobi. 70

71 (c) Tender Responsiveness Criteria The submission of the following items will be required in the determination of the Completeness of the Bid. Bids that do not contain all the information required will be declared non responsive and shall not be evaluated further. Description of Criteria 1 Submission of Tender Documents Two envelope bid Tender Security Confidential Business Questionnaire Power of Attorney 2 Company Profile Attach copy of Certificate of Incorporation, Memorandum and Articles of Association. Manufacturer s Authorization/Distributorship appointment. 3 Managerial and Key Personnel Competency Profiles Attach: Organisation chart Key Staff Competency Profiles. 4 Financial Resources Submit: Last 3 years Audited Accounts 1 5 Physical Facilities Physical Address: State if owned or leased and attach copy of title or lease documents. 6 Experience State number of years of experience in Procurement Item. 7 Reputation Submit evidence of five (5) major client with contracts of value of KSh. 10 Million and above, summary of services rendered, value of contracts and contact person, address and telephone numbers 8 Social Obligations Submit certificate of compliance for the following; Anti Corruption Affidavit 2 Tax Compliance Firms that have been in existence for less than three years should submit audited accounts for the period of operation. 2 In this respect KRA will require a supplier of goods and/or services to swear an affidavit to the effect they will not have offered or been requested to pay an inducement to a member of the Board, Management and/or Staff of KRA to influence the outcome of the bid. 3 A Current Certificate of Compliance should be sought from the KRA in the case of local suppliers or agents. International bidders will be required to swear an affidavit to the effect that they have complied with taxation requirements in their country. 71

72 (d) Vendor Evaluation Criteria The following criteria will be used in the evaluation of all potential suppliers. International Bidders must attach the same for local representatives. The documents submitted will be evaluated for suitability and awarded marks which will contribute to a maximum 20% of the total tender evaluation. Description of Criteria Company Profile Suitability of Tenderer and legal capacity to deliver goods/services. Managerial and Key Personnel Competency Profiles Qualification of Key Staff and operational capacity to deliver goods/service. Financial Resources Financial Ratios to be Evaluated: Cash and Cash Equivalent : Total Assets Current Assets : Current Liabilities Working Capital Physical Facilities Proof of physical Address Experience No. of Continuous Years of Service in procurement item. Reputation Proof of Satisfactory Service. (Evidence of contracts with value KSh. 10 Million and above.) Social Obligations Proof of having satisfied Key Social Obligations 72 Maximum Cut off Score Score Total Score (e) Overall Tender Evaluation Criteria The tender evaluation criteria is weighted as follows; - Criteria Maximum Score Cut Off Scores Tender Responsiveness mandatory requirement Vendor Evaluation Technical Specifications Financial & Delivery Schedules Totals

73 SECTION VII - PRICE SCHEDULE FOR SUPPLY AND DELIVERY OF QUALITY ASSURANCE TESTING AND TEST AUTOMATION (QATTA) APPLICATION SOFTWARE AND ASSOCIATED SERVICES Item Description/Module/Number Quantity Unit Price Total Price of licenses Grand Total Signature and stamp of tenderer Note: In case of discrepancy between unit price and total, the unit price shall prevail. 73

74 74 SECTION VIII - STANDARD FORMS Notes on the Sample Forms 1 Form of Tender- The form of tender must be completed by the tenderer and submitted with the tender documents. It must also be duly signed by duly authorized representatives of the tenderer. 2 Confidential Business Questionnaire Form - This form must be completed by the tenderer and submitted with the tender documents. 3 Tender Security Form- When required by the tender documents the tender shall provide the tender security either in the form included herein or in another format acceptable to the procuring entity. 4 Contract Form- The Contract Form shall not be completed by the tenderer at the time of submitting the tender. The Contract Form shall be completed after contract award and should incorporate the accepted contract price. 5 Performance Security Form- The performance security form should not be completed by the tenderers at the time of tender preparation. Only the successful tenderer will be required to provide performance security in the form provided herein or in another form acceptable to the procuring entity. 6 Bank Guarantee for Advance Payment Form- When Advance payment is requested for by the successful bidder and agreed by the procuring entity, this form must be completed fully and duly signed by the authorized officials of the bank. 7 Manufacturers Authorization Form- When required by the tender documents this form must be completed and submitted with the tender documents. This form will be completed by the manufacturer of the goods where the tenderer is an agent. 8 Anti Corruption Affidavit This form will be completed by the bidder s authorized representative and it must be sworn before a Commissioner of Oaths. 74

75 FORM OF TENDER Date Tender No. To: KENYA REVENUE AUTHORITY 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 duly acknowledged, we, the undersigned, offer to supply deliver, install and commission ( (insert equipment description) in conformity with the said tender documents for the sum of. (total tender amount in words and figures) 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 install and commission the equipment in accordance with the delivery schedule specified in the Schedule of Requirements. 3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum of equivalent to percent of the Contract Price for the due performance of the Contract, in the form prescribed by..( Procuring entity). 4. We agree to abide by this Tender for a period of [number] 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. This Tender, together with your written acceptance thereof and your notification of award, shall constitute a Contract, between us. Subject to signing of the Contract by the parties. 6. We understand that you are not bound to accept the lowest or any tender you may receive. Dated this day of 20 [signature] [in the capacity of] Duly authorized to sign tender for an on behalf of 75

76 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM You are requested to give the particulars indicated in Part 1; either Part 2(a), 2(b) or 2 (c ) whichever applied to your type of business; and Part 3. You are advised that it is a serious offence to give false information on this form. Part 1 General 1.1 Business Name Location of Business Premises Plot No Street/Road.... Postal Address.. Tel No.. Fax. E mail. 1.4 Nature of Business : Registration Certificate No. 1.6 Maximum Value of Business which you can handle at any one time Kshs. 1.7 Name of your Bankers.. Branch Part 2 (a) Sole Proprietor 2a.1 Your Name in Full.. Age.. 2a.2 Nationality Country of Origin. Citizenship Details. Part 2 (b) Partnership 2b.1 Given details of Partners as follows: 2b.2 Name Nationality Citizenship Details Shares 76

77 Part 2 (c ) Registered Company 2c.1 Private or Public. 2c.2 State the Nominal and Issued Capital of Company- Nominal Kshs. Issued Kshs. 2c.3 Given details of all Directors as follows Name Nationality Citizenship Details Shares Part 3 Eligibility Status 3.1 Are you related to an Employee, Committee Member or Board Member of Kenya Revenue Authority? Yes No 3.2 If answer in 3.1 is YES give the relationship Does an Employee, Committee Member, Board Member of Kenya Revenue Authority sit in the Board of Directors or Management of your Organization, Subsidiaries or Joint Ventures? Yes No 3.4 If answer in 3.3 above is YES give details

78 Has your Organization, Subsidiary Joint Venture or Sub-contractor been involved in the past directly or indirectly with a firm or any of it s affiliates that have been engaged by Kenya Revenue Authority to provide consulting services for preparation of design, specifications and other documents to be used for procurement of the goods under this invitation? Yes No 3.6 If answer in 3.5 above is YES give details Are you under a declaration of ineligibility for corrupt and fraudulent practices? YES No 3.8 If answer in 3.7 above is YES give details: Have you offered or given anything of value to influence the procurement process? Yes No 3.10 If answer in 18 above is YES give details..... I DECLARE that the information given on this form is correct to the best of my knowledge and belief. Date.. Signature of Candidate.. If a Kenya Citizen, indicate under Citizenship Details whether by Birth, Naturalization or registration. 78

79 TENDER SECURITY FORM Whereas. [name of the tenderer] (hereinafter called the tenderer ) has submitted its tender dated. [date of submission of tender] for the supply, installation and commissioning of [name and/or description of the equipment] (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.. [name of Procuring entity} (hereinafter called the Procuring entity ) in the sum of.. for which payment well and truly to be made to the said Procuring entity, 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:- 1. If the tenderer withdraws its Tender during the period of tender validity specified by the tenderer on the Tender Form; or 2. If the tenderer, having been notified of the acceptance of its Tender by the Procuring entity during the period of tender validity: (a) fails or refuses to execute the Contract Form, if required; or (b) fails or refuses to furnish the performance security in accordance with the Instructions to tenderers; We undertake to pay to the Procuring entity up to the above amount upon receipt of its first written demand, without the Procuring entity having to substantiate its demand, provided that in its demand the Procuring entity 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 tender 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] (Amend accordingly if provided by Insurance Company) 79

80 CONTRACT FORM THIS AGREEMENT made the day of 20 between [name of Procurement entity) of.. [country of Procurement entity] (hereinafter called the Procuring entity) of the one part and.. [name of tenderer] of.. [city and country of tenderer] (hereinafter called the tenderer ) of the other part; WHEREAS the Procuring entity invited tenders for certain goods ] and has accepted a tender by the tenderer for the supply of those goods 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 Procuring entity s Notification of Award 3. In consideration of the payments to be made by the Procuring entity to the tenderer as hereinafter mentioned, the tender hereby covenants with the Procuring entity to provide the goods and to remedy defects therein in conformity in all respects with the provisions of the Contract 4. The Procuring entity hereby covenants to pay the tenderer in consideration of the provisions of the goods and the 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. 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 Procuring entity Signed, sealed, delivered by the (for the tenderer in the presence of 80

81 81 (Amend accordingly if provided by Insurance Company) 8.5 PERFORMANCE SECURITY FORM To Kenya Revenue Authority WHEREAS [name of tenderer] (hereinafter called the tenderer ) has undertaken, in pursuance of Contract No. [reference number of the contract] dated 20 to supply [description of goods] (hereinafter called the Contract ). AND WHEREAS it has been stipulated by you in the said Contract that the tenderer shall furnish you with a bank guarantee by a reputable bank for the sum specified therein as security for compliance with the Tenderer s performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the tenderer a guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the tenderer, up to a total of. [amount of the guarantee in words and figure] and we undertake to pay you, upon your first written demand declaring the tenderer to be in default under the Contract and without cavil or argument, any sum or sums within the limits of.. [amount of guarantee] as aforesaid, without you needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the day of 20 Signed and seal of the Guarantors [name of bank or financial institution] [address] [date] 81

82 BANK GUARANTEE FOR ADVANCE PAYMENT FORM To Kenya Revenue Authority [name of tender].. Gentlemen and/or Ladies: In accordance with the payment provision included in the Special Conditions of Contract, which amends the General Conditions of Contract to provide for advance payment,. [name and address of tenderer](hereinafter called the tenderer ) shall deposit with the Procuring entity a bank guarantee to guarantee its proper and faithful performance under the said Clause of the Contract in an amount of. [amount of guarantee in figures and words]. We, the. [bank or financial institutions], as instructed by the tenderer, agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the payment to the Procuring entity on its first demand without whatsoever right of objection on our part and without its first claim to the tenderer, in the amount not exceeding [amount of guarantee in figures and words] We further agree that no change or addition to or other modification of the terms of the Contract to be performed there-under or of any of the Contract documents which may be made between the Procuring entity and the tenderer, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition, or modification. This guarantee shall remain valid in full effect from the date of the advance payment received by the tenderer under the Contract until [date]. Yours truly, Signature and seal of the Guarantors [name of bank or financial institution] [address] [date] 82

83 MANUFACTURER S AUTHORIZATION FORM To Kenya Revenue Authority WHEREAS [ name of the manufacturer] who are established and reputable manufacturers of.. [name and/or description of the goods] having factories at [address of factory] do hereby authorize [name and address of Agent] to submit a tender, and subsequently negotiate and sign the Contract with you against tender No.. [reference of the Tender] for the above goods manufactured by us. We hereby extend our full guarantee and warranty as per the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Tenders. [signature for and on behalf of manufacturer] Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent. 83

84 84 LETTER OF NOTIFICATION OF AWARD Kenya Revenue Authority P.O Box , Nairobi, To: RE: Tender No. Tender Name This is to notify that the contract/s stated below under the above mentioned tender have been awarded to you. 1. Please acknowledge receipt of this Letter of Notification signifying your Acceptance. 2. The Contract/contracts shall be signed by the parties within 30 days of the date of this letter but not earlier than 14 days from the date of the letter. 3. You may contact the officer(s) whose particulars appear below on the subject matter of this Letter of Notification of Award. Deputy Commissioner, Procurement & Supplies Services, Haile Selassie Avenue, Times Tower, 25 th Floor Telephone: Facsimile: FOR: Commissioner-General 84

85 85 REPUBLIC OF KENYA IN THE MATTER OF OATHS AND STATUTORY DECLARATION ACT CHAPTER 15 OF THE LAWS OF KENYA AND IN THE MATTER OF THE PUBLIC PROCUREMENT AND DISPOSAL ACT NO. 3 OF I, of P. O. Box being a resident of in the Republic of Kenya do hereby make oath and state as follows: - 1. THAT I am the Chief Executive/Managing Director/Principal Officer /Director of (name of the Candidate) which is a Candidate in respect of Tender Number. to supply goods, render services and/or carry out works for Kenya Revenue Authority and duly authorized and competent to make this Affidavit. 2. THAT the aforesaid Candidate has not been requested to pay any inducement to any member of the Board, Management, Staff and/or employees and/or agents of Kenya Revenue Authority, which is the procuring entity. 3. THAT the aforesaid Candidate, its servants and/or agents have not offered any inducement to any member of the Board, Management, Staff and/or employees and/or agents of Kenya Revenue Authority. 85

86 86 4. THAT what is deponed to hereinabove is true to the best of my knowledge information and belief. SWORN at. by the said }.. } Name of Chief Executive/Managing Director/ } Principal Officer/Director } on this. day of } } } } DEPONENT Before me } } } } } Commissioner for Oaths } 86

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

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: [email protected]

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

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

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 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: [email protected] TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF

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 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: [email protected] TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF

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

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 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

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 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 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

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

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

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

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

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

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

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

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 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

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

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 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

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. 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

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

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

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: [email protected] TENDER FOR THE SUPPLY AND INSTALLATION OF CUSTOMER RELATIONSHIP

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 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

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

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

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

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

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

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 SCHOOL OF MONETARY STUDIES P. O. Box 65041 00618, Tel: 8646000, 0727-600668, 0733-600668, Fax: 8560430, Nairobi, Kenya E-mail:[email protected].

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:[email protected] TENDER No. KSMS/PROC/06/2015-2016 FOR PROVISION OF INTERNET

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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 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

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

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

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

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

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

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

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

REPUBLIC OF KENYA OFFICE OF THE AUDITOR-GENERAL

REPUBLIC OF KENYA OFFICE OF THE AUDITOR-GENERAL REPUBLIC OF KENYA OFFICE OF THE AUDITOR-GENERAL TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF DATA LOSS PREVENTION SOFTWARES OAG/OT/05/2015-2016 MARCH, 2016 1 TABLE OF CONTENTS PAGE SECTION

More information

COUNTY GOVERNMENT OF BUSIA P.O. BOX PRIVATE BAG 50400 BUSIA, KENYA

COUNTY GOVERNMENT OF BUSIA P.O. BOX PRIVATE BAG 50400 BUSIA, KENYA COUNTY GOVERNMENT OF BUSIA P.O. BOX PRIVATE BAG 50400 BUSIA, KENYA COUNTY TREASURY BUSIA COUNTY P O BOX PRIVATE BAG BUSIA TENDER DOCUMENT FOR TENDERER DETAILS: SUPPLY, INSTALLATION AND COMMISSIONING OF

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

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

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

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

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: [email protected]

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

NSSF Tender No. 07/2014-2015 TENDER NO. 07/2014-2015 PROVISION OF CAR TRACKING SERVICES

NSSF Tender No. 07/2014-2015 TENDER NO. 07/2014-2015 PROVISION OF CAR TRACKING SERVICES NSSF Tender No. 07/2014-2015 NATIONAL SOCIAL SECURITY FUND P.O BOX 30599 00100 NAIROBI. TENDER NO. 07/2014-2015 PROVISION OF CAR TRACKING SERVICES OCTOBER 2014 NSSF Tender No. 17/2013-2014 Provision of

More information

Procurement of Works Smaller Contracts

Procurement of Works Smaller Contracts STANDARD BIDDING DOCUMENTS Procurement of Works Smaller Contracts The World Bank Washington, D.C. May 2004 ii Revisions The features of May 2004 Procurement Guidelines have been incorporated. iii Preface

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

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

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

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

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

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

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

Procurement of Provision of Computers and Computer Peripherals for CBUD cities

Procurement of Provision of Computers and Computer Peripherals for CBUD cities B I D D I N G D O C U M E N T S Issued on: 06 May 2013 for Procurement of Provision of Computers and Computer Peripherals for CBUD cities NCB No: CBUD/IT/201 Project: CAPACITY BUILDING FOR URBAN DEVELOPMENT

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

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

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

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

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

THE NATIONAL TREASURY. Republic of South Africa

THE NATIONAL TREASURY. Republic of South Africa THE NATIONAL TREASURY Republic of South Africa GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACT 8 May 2007 THE NATIONAL TREASURY: Republic of South Africa 2 TABLE OF CLAUSES 1. Definitions 2. Application

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, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73

Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73 Nepal Stock Exchange Limited NEPSE Singhadurbar Plaza, Kathmandu BIDDING DOCUMENT for Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract

More information