TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE

Size: px
Start display at page:

Download "TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE"

Transcription

1 KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box NAIROBI Tel: ; TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE TENDER NO. KTNA/11/ April, 016

2 TABLE OF CONTENTS INTRODUCTION. 3 SECTION I INVITATION TO TENDER 5 SECTION II INSTRUCTIONS TO TENDERERS. 8 Appendix to Instructions to Tenderers 18 SECTION III GENERAL CONDITIONS OF CONTRACT. 6 SECTION IV SPECIAL CONDITIONS OF CONTRACT.. 31 SECTION V TECHNICAL SPECIFICATIONS.. 3 PAGE DESCRIPTION OF SERVICES 33 SECTION VI SCHEDULE OF REQUIREMENTS. 41 SECTION VII PRICE SCHEDULE FOR GOODS.. 4 SECTION VIII STANDARD FORMS FORM OF TENDER CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM TENDER SECURITY FORM CONTRACT FORM BANK GUARANTTE FOR ADVANCE PAYMENT FORM MANUFACTURER S AUTHORIZATION FORM LETTER OF NOTIFICATION OF AWARD FORM RB 1 5 TENDER NO. KTNA/11/ ERP

3 INTRODUCTION 1.1 This Standard Tender Document has been prepared for use by The Kenya Trade Network Agency (KenTrade) for the tender document for the provision of Enterprise Resource Planning (ERP) Support and Maintenance services. 1. The document includes a letter of Invitation, Instructions to Tenderers, detailed specifications of the requirements, and various forms for the tenderer to apply. 1.3 KenTrade has undertaken to ensure that the evaluation criterion is clear and explicit and that it refers to the needs and characteristics of this specific procurement for provision of the provision of ERP Support and Maintenance. 1.4 KENTRADE requires Support and Maintenance for its Enterprise Resource Planning (ERP) system. Support and Maintenance of the Enterprise Resource Planning system shall entail the following: 1 Manufacturer (Oracle) annual subscription and updates support for two years payable annually. Oracle partner maintenance support for the ERP system (Oracle E-Business suite R1) - for two years payable annually. KenTrade s ERP system includes the following components: i. Human Resource Module, ii. Finance and Accounting Module, iii. Procurement and Logistics Module. The winning bidder is required to provide the following services: 1. System customizations, maintenance, performance review and installation of updates where applicable. (Applies to Application and Database). Purchase of additional Oracle E-Business Functional licenses (i.e. Finance, Human Resource, Performance Management and Supply chain Management). A minimum of 5 additional licenses in the next two years. 3. The bidder should be in a position to support additional modules and corresponding licenses I.e. Oracle E-Business Dashboards, Business Intelligence, Training Modules etc. should the organization choose to implement. TENDER NO. KTNA/11/ ERP 3

4 The scope of work shall cover the following:- 1 MANUFACTURER (ORACLE) ANNUAL SUBSCRIPTION AND UPDATES SUPPORT FOR TWO YEARS PAYABLE ANNUALLY. The tenderer shall cater for the annual manufacturer subscription licenses and updates that is payable annually to Oracle Corporation. This will be for two () years payable annually. ORACLE PARTNER MAINTENANCE SUPPORT FOR THE ERP SYSTEM (ORACLE E-BUSINESS SUITE R1) - FOR TWO YEARS PAYABLE ANNUALLY. The bidder shall state how they will ensure that the technical and functional needs are adequately supported, including how gaps will be addressed, to ensure proper support of the solution that meets or exceeds KenTrade s expectation. The support shall entail the following modes; No. Description of Support Number of visits per Quarter (4 Quarters Annually) Number of days per Visit Onsite Off site Onsite Off site 1. Onsite Support 4 N/A 5 N/A 1. Each Visit will involve 4 consultants (one each for Financials, Supply Chain and Human Capital Management, and a Technical Consultant (Applications Database administrator)).. This support entails critical updates, rollouts, maintenance and support. Off-site Support N/A Unlimited N/A Unlimited 1. This entail support for Financials, Supply Chain and Human Capital Management as well as Technical (Application Database).. Consultants are expected to be readily available for offsite support at any time. A bidders conference shall be held on Thursday, April 8, 016 in the KenTrade Office Boardroom on first floor of Embankment plaza, Upper Hill starting from 1000hours. All bidders are invited and encouraged to attend. TENDER NO. KTNA/11/ ERP 4

5 SECTION I - INVITATION TO TENDER April 0, 016 TENDER NO. KTNA/11/ TENDER FOR THE PROVISION OF ENTERPRISE RESOURSE PLANNING (ERP) SUPPORT AND MAINTENANCE SERVICES 1.1 The Kenya Trade Network Agency invites sealed tenders from eligible candidates for the provision of ERP Support and Maintenance Services. 1. Interested eligible candidates may view and downloaded free of charge from the Government Tenders Portal (IFMIS), or from our website on the following link: - or purchased at a cost of Kshs from the procurement office at Embankment Plaza (1 st Floor), Upper Hill. 1.3 Candidates may also obtain further information at the Kenya Trade Network Agency offices (Procurement Office) at Embankment Plaza, Upper Hill, (First Floor) at the address given below. 1.4 Completed Tenders should be submitted accompanied by a Tender Security issued by a bank or a Financial Institution approved by the Public Procurement Regulatory Authority, in the amount of Kenya Shillings Fifty Thousand only (Kshs. 50,000.00). The tender security should be valid for one hundred and twenty (10) days from the closing date of the tender and should be received on, or before Friday, May 06, 016 at 1000hours. Failure to provide tender security will lead to disqualification of the tender. 1.5 Prices quoted shall be inclusive of duty and other taxes and shall remain valid for 90 days from the closing date of the tenders. 1.6 Completed Tender documents, shall be submitted in two separate envelopes marked as TECHNICAL PROPOSAL, and FINANCIAL PROPOSAL. Both envelopes shall be placed in an outer envelope and sealed. This outer envelope shall bear the Tender number and name, and marked DO NOT OPEN BEFORE Friday, May 06, 016 at 1000hours, and shall be addressed to:- TENDER NO. KTNA/11/ ERP 5

6 The Ag. Chief Executive Officer, Kenya Trade Network Agency, Embankment Plaza, Upper Hill, P.O Box NAIROBI 1.7 All Tender Documents MUST be submitted in HARD COPY and should be deposited in the Tender Box located at the reception area of KENTRADE Offices at Embankment Plaza (First Floor). Documents submitted online shall NOT be acknowledged. 1.8 Tenders will be opened immediately after the closing time in the presence of tenderers representatives who choose to attend the opening in the boardroom on first floor, Embankment Plaza. Ag. CHIEF EXECUTIVE OFFICER TENDER NO. KTNA/11/ ERP 6

7 SECTION II - INSTRUCTIONS TO TENDERERS Table of Clauses Page.1 Eligible tenderers 8. Eligible goods. 8.3 Cost of tendering 8.4 Contents of Tender document 8.5 Clarification of documents 9.6 Amendment of documents Language of tender Documents comprising the tender Form of Tender Tender prices Tender currencies Tenderers eligibility and qualifications Goods eligibility and conformity to Tender documents Tender security Validity of tenders 1.16 Format and signing of tenders Sealing and marking of tenders Deadline for submission of tender Modification and withdrawal of tenders Opening of tenders 14.1 Clarification of tenders Preliminary examination Conversion to single currency 15.4 Evaluation and comparison of tenders Contacting the procuring entity Award of contract.. 15 (a) Post qualification.. 15 (b) Award criteria.. 16 (c) Procuring entity s right to vary quantities. 16 (d) Procuring entity s right to accept or reject any or all tenders 16.7 Notification of award Signing of contract Performance security. 17 TENDER NO. KTNA/11/ ERP 7

8 .30 Corrupt or fraudulent practices. 17 TENDER NO. KTNA/11/ ERP 8

9 SECTION II - INSTRUCTIONS TO TENDERERS.1 Eligible tenderers.1.1. This Invitation to tender is open to all tenderers eligible as described in the instructions to tenderers. Successful tenderers shall provide the services for the stipulated duration from the date of commencement (hereinafter referred to as the term) specified in the tender documents..1.. The procuring entity s employees, committee members, board members and their relative (spouse and children) are not eligible to participate in the tender unless where specially allowed under section 131 of the Act 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 Procuring entity to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the services under this Invitation for tenders Tenderers involved in corrupt or fraudulent practices or debarred from participating in public procurement shall not be eligible.. Cost of tendering..1 The Tenderer shall bear all costs associated with the preparation and submission of its tender, and the procuring entity, 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.1,000/=..3 The procuring entity shall allow the tenderer to review the tender document free of charge before purchase..3 Cost of Tendering.3.1 The Tenderer shall bear all costs associated with the preparation and submission of its tender, and the procuring entity, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process..4 Contents of tender documents.4.1 The tender document comprises of the documents listed below and addenda issued in accordance with clause 6 of these instructions to tenders i) Instructions to tenderers ii) General Conditions of Contract iii) Special Conditions of Contract iv) Schedule of Requirements TENDER NO. KTNA/11/ ERP 9

10 v) Form of tender vi) Price schedules vii) Contract form viii) Confidential business questionnaire form ix) Tender security form x) Principal s or manufacturers authorization form.4. 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..5 Clarification of Documents.5.1. A prospective candidate making inquiries of the tender document may notify the Procuring entity in writing or by post, fax or at the entity s address indicated in the Invitation for tenders. The Procuring entity will respond in writing to any request for clarification of the tender documents, which it receives no later than three (3) days prior to the deadline for the submission of tenders, prescribed by the procuring entity. Written copies of the Procuring entities response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective tenderers who have received the tender documents.5. 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.6 Amendment of documents.6.1 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 issuing an addendum..6. 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..6.3 In order to allow prospective tenderers reasonable time in which to take the amendment into account in preparing their tenders, the Procuring entity, at its discretion, may extend the deadline for the submission of tenders..7 Language of Tender.7.1 The tender prepared by the tenderer, as well as all correspondence and documents relating to the tender exchange by the tenderer and the Procuring entity, 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 TENDER NO. KTNA/11/ ERP 10

11 accurate English translation of the relevant passages in which case, for purposes of interpretation of the tender, the English translation shall govern..8 Documents Comprising of Tender.8.1 The tender prepared by the tenderers shall comprise the following components (a) Tender Form and a Price Schedule completed in accordance with paragraph.9,.10 and.11 below (b) documentary evidence established in accordance with paragraph i. that the tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted; (c) 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.14.9 Form of Tender.91 The tenderers shall complete the Form of Tender and the appropriate Price Schedule furnished in the tender documents, indicating the services to be Performed..10 Tender Prices.10.1 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 entity Prices quoted by the tenderer 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 90 days from the date of opening of the tender..11 Tender Currencies.11.1 Prices shall be quoted in Kenya Shillings unless otherwise specified in the Appendix to Instructions to Tenderers..1 Tenderers Eligibility and Qualifications.1.1 Pursuant to paragraph.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. TENDER NO. KTNA/11/ ERP 11

12 .1. The documentary evidence of the tenderers eligibility to tender shall establish to the Procuring entity 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 Procuring entity 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; 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..14 Tender Security.14.1 The tenderer shall furnish, as part of its tender, a tender security for the amount specified in the Appendix to Invitation to Tenderers..14. The tender security shall be in the amount of 0.5 per cent of the tender price The tender security is required to protect the Procuring entity 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, and valid for thirty (30) days beyond the validity of the tender Any tender not secured in accordance with paragraph.14.1 and.14.3 will be rejected by the Procuring entity as non-responsive, pursuant to paragraph. Unsuccessful Tenderer s tender security will be discharged or returned as promptly as possible but not later than thirty (30) days after the expiration of the period of tender validity prescribed by the Procuring entity The successful Tenderer s tender security will be discharged upon the tenderer signing the contract, pursuant to paragraph.7 and furnishing the performance security, pursuant to paragraph The tender security may be forfeited: TENDER NO. KTNA/11/ ERP 1

13 (a) (b) if a tenderer withdraws its tender during the period of tender validity specified by the procuring entity 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.7 or (ii) to furnish performance security in accordance with paragraph.8.15 Validity of Tenders.15.1 Tenders shall remain valid for 90 days or as specified in the Invitation to tender after the date of tender opening prescribed by the Procuring entity, pursuant to paragraph.18. A tender valid for a shorter period shall be rejected by the Procuring entity as non-responsive..15. In exceptional circumstances, the Procuring entity may solicit the Tenderer s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The tender security provided under paragraph.14 shall also be suitably extended. A tenderer may refuse the request without forfeiting its tender security. A tenderer granting the request will not be required nor permitted to modify its tender..16 Format and Signing of Tender.16.1 The tenderer shall prepare two copies of the tender, clearly marking each ORIGINAL TENDER and COPY OF TENDER, as appropriate. Each Technical Proposal and Financial Proposal shall be marked ORIGINAL or COPY as appropriate. If there are any discrepancies between the original and the copies of the proposal, the original shall prevail..16. 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-of-attorney accompanying the tender. All pages of the tender, except for unamended printed literature, shall be initialled by the person or persons signing the tender The tender shall have no interlineations, erasures, or overwriting except as necessary to correct errors made by the tenderer, in which case such corrections shall be initialled by the person or persons signing the tender..17 Sealing and Marking of Tenders.17.1 The original and duplicate copy of the Technical Proposal shall be placed in a sealed envelope clearly marked TECHNICAL PROPOSAL, and the original and duplicate copy of the Financial Proposal in a sealed envelope clearly marked FINANCIAL PROPOSAL and warning: DO NOT OPEN WITH THE TECHNICAL PROPOSAL. Both envelopes shall be placed into an outer envelope and sealed. TENDER NO. KTNA/11/ ERP 13

14 .17. The inner and outer envelopes shall: (a) be addressed to the Procuring entity at the address given in the Invitation to Tender: (b) bear, tender number and name in the Invitation for Tenders and the words, DO NOT OPEN BEFORE Friday, May 06, 016 at 1000hours The inner envelopes shall also indicate the name and address of the tenderer to enable the tender to be returned unopened in case it is declared late If the outer envelope is not sealed and marked as required by paragraph.17., the Procuring entity will assume no responsibility for the tender s misplacement or premature opening..18 Deadline for Submission of Tenders Tenders must be received by the Procuring entity at the address specified under paragraph.17. no later than Friday, May 06, 016 at 1000hours The Procuring entity may, at its discretion, extend this deadline for the submission of tenders by amending the tender documents in accordance with paragraph.6, in which case all rights and obligations of the Procuring entity and candidates previously subject to the deadline will therefore be subject to the deadline as extended.19 Modification and Withdrawal of Tenders.19.1 The tenderer may modify or withdraw its tender after the tender s submission, provided that written notice of the modification, including substitution or withdrawal of the tenders, is received by the Procuring Entity prior to the deadline prescribed for submission of tenders..19. The Tenderer s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of paragraph.17. A withdrawal notice may also be sent by cable, 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.14.7 TENDER NO. KTNA/11/ ERP 14

15 .19.5 The procuring entity may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination The procuring entity shall give prompt notice of the termination to the tenderers and on request give its reasons for termination within 7 days of receiving the request from any tenderer..0 Opening of Tenders The Procuring entity will open all tenders in the presence of tenderers representatives who choose to attend, at 1000hours, Friday, May 06, 016 at 1000hours in the location specified in the Invitation to Tender. The tenderers representatives who are present shall sign a register evidencing their attendance..0.1 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 Procuring entity, at its discretion, may consider appropriate, will be announced at the opening..0. The Procuring entity will prepare minutes of the tender opening..1 Clarification of Tenders.1.1 To assist in the examination, evaluation and comparison of tenders the Procuring entity 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..1. Any effort by the tenderer to influence the Procuring entity in the Procuring entity s tender evaluation, tender comparison or contract award decisions may result in the rejection of the tenderers tender.. Preliminary Examination..1 The Procuring entity 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..3 The Procuring entity may waive any minor informality or non-conformity or TENDER NO. KTNA/11/ ERP 15

16 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...4 Prior to the detailed evaluation, pursuant to paragraph.3 the Procuring entity 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 Procuring entity s determination of a tender s responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence...5 If a tender is not substantially responsive, it will be rejected by the Procuring entity and may not subsequently be made responsive by the tenderer by correction of the non-conformity..3 Conversion to Single Currency.3.1 Where other currencies are used, the procuring entity will convert these currencies to Kenya Shillings using the exchange rate on the date of the tender closing provided by the Central Bank of Kenya..4.1 The Procuring entity will evaluate and compare the tenders which have been determined to be substantially responsive, pursuant to paragraph..4. The tender evaluation committee shall evaluate the tender within 15 days of the validity period from the date of opening the tender..4.3 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..5 Preference.5.1 Preference where allowed in the evaluation of tenders shall not exceed 15%.6 Contacting the Procuring entity.6.1 Subject to paragraph.1 no tenderer shall contact the Procuring entity on any matter related to its tender, from the time of the tender opening to the time the contract is awarded..6. Any effort by a tenderer to influence the Procuring entity in its decisions on tender, evaluation, tender comparison, or contract award may result in the rejection of the Tenderer s tender..7 Award of Contract TENDER NO. KTNA/11/ ERP 16

17 (a) Post-qualification.7.1 In the absence of pre-qualification, the Procuring entity 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..7. 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.1.3 as well as such other information as the Procuring entity 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 Procuring entity will proceed to the next lowest evaluated tender to make a similar determination of that Tenderer s capabilities to perform satisfactorily. (b) Award Criteria.7.4 The Procuring entity 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) Procuring entity s Right to Vary quantities.7.5 The Procuring entity 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) Procuring entity s Right to Accept or Reject any or All Tenders.7.6 The Procuring entity 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 Procuring entity s action.8 Notification of Award.8.1 Prior to the expiration of the period of tender validity, the Procuring entity will TENDER NO. KTNA/11/ ERP 17

18 notify the successful tenderer in writing that its tender has been accepted..8. 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.8.3 Upon the successful Tenderer s furnishing of the performance security pursuant to paragraph.8, the Procuring entity will promptly notify each unsuccessful Tenderer and will discharge its tender security, pursuant to paragraph.14.9 Signing of Contract.9.1 At the same time as the Procuring entity notifies the successful tenderer that its tender has been accepted, the Procuring entity will send the tenderer the Contract Form provided in the tender documents, incorporating all agreements between the parties..9. 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..9.3 Within thirty (30) days of receipt of the Contract Form, the successful tenderer shall sign and date the contract and return it to the Procuring entity..30 Performance Security.30.1 Within seven (7) days of the receipt of notification of award from the Procuring entity, 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 Procuring entity..30. Failure of the successful tenderer to comply with the requirements of paragraph.7 or paragraph.8 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security, in which event the Procuring entity may make the award to the next lowest evaluated Candidate or call for new tenders..31 Corrupt or Fraudulent Practices.31.1 The Procuring entity 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 Procuring entity, 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 Procuring entity of the benefits of free and open competition; TENDER NO. KTNA/11/ ERP 18

19 .31. The procuring entity 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. TENDER NO. KTNA/11/ ERP 19

20 Appendix on the 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 PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS TO TENDERERS REFERENCE.1.1 Registered firms who have a written (Verifiable) authorization from the ORACLE Vendor to provide the support and maintenance for the Enterprise Resource Planning (ERP) solution.14.1 The tender security shall be Kshs. 50, (Kshs. Fifty Thousand only) in the form of a bank guarantee from a reputable bank or a Financial Institution approved by PPOA.18 The closing date for the tender shall be Friday, May 06, 016 at 1000hours.4 Tender Evaluation The following evaluation criterion shall be applicable for this tender. i. Form of Tender duly filled and signed.(to be placed in financial envelope) ii. iii. Power of Attorney. Copies of Statutory documents from the issuing body. - Valid Tax Compliance Certificate (TCC). - Registration certificate/ Certificate of incorporation - Valid trade license. iv. Confidential Business questionnaire duly filled and signed. v. Tender Security (indicate values and duration). vi. vii. Audited financial accounts for the past three years. Manufacturer Authorization (Oracle). Bidders MUST comply with all mandatory requirements to be considered for the next evaluation stage (Technical evaluation). Technical Evaluation Criteria TENDER NO. KTNA/11/ ERP 0

21 The maximum score under technical evaluation is 100 Bidders must score at least 85 under technical evaluation to proceed to the next stage (Financial Evaluation). Bidders MUST score at least 65 marks out of 70 marks in the compliance to technical specifications section in order to proceed to the next stage (Financial Evaluation). Bidders MUST respond to ALL the requirements on a clause-by-clause basis stating clearly how their solution meets the requirements. Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE. Responses such as complied, possible to do,, meets will be considered as NON-RESPONSIVE and will not be awarded any scores. The Technical evaluation has several aspects and below is the criteria to be used: Item Proof of technical competence (CV s of Functional/technical staff involved in the project together with appropriate technical certifications and experience) (CV s must cut across all Specializations i.e. Finance, Human Resource, Supply Chain and applications database) (One of the team members MUST belong to the disadvantaged groups i.e. Youth, Women or PWDs). Maximum Score Provision of four (4) relevant CVs of Function/Technical staff will earn 4 marks (1 mark for each relevant CV).. Appropriate certifications for four (4) Functional/technical staff will earn 4 marks (I mark for each relevant certification per staff). 3. Number of years of experience in Oracle E- business suite support/implementation/maintenance. Four (4) years and above will earn 4 marks and less than Four (4) years will earn one () mark. 4. One of the team members MUST belong to the disadvantaged groups i.e. Youth, Women or TENDER NO. KTNA/11/ ERP 1

22 PWDs). (3 Marks) Detailed support and maintenance plan (Including activities, resources required, tasks & timelines). Bidders are required to present at least 3 reference sites (of which one MUST be a government agency) where they have supported Oracle E-business Suite ERP solution Provision of three (3) relevant reference sites will earn 9 marks (3 marks for each relevant site). For each site provide the following information: I. Brief of work done or services rendered. II. Value of the contract. III. Duration of the contract. IV. Contact person with both reachable phone number and . Compliance to Technical Specifications (bidders must 70 score at least 65 marks out of a possible 70 here) Total Score 100 Criteria for Compliance to Technical Specifications Maintenance The success of the support will depend on excellent understanding of the current ERP business processes, system functionalities, and expectations. The supplier is expected to outline a detailed plan of support. State how the support documentation of the entire support and maintenance period will be managed and communication strategies to keep all stakeholders updated and information flowing so as not to hamper progression of activities. TENDER NO. KTNA/11/ ERP

23 SERVICE SPECIFICATIONS AND REQUIREMENTS Human Resource Management Support Requirements Item Requirement Score Core Human Resource Support Support and maintenance of all Core Human Resource Functionalities Support and customization of Core Human Resource functionalities and reports Performance Management Support Support and maintenance of all Performance Management Functionalities Support and Customization of Performance Management functionalities and reports Payroll Module Requirements Support Support and maintenance of all payroll Functionalities Support and Customization of payroll management functionalities and reports Total Finance and Accounting System: i. Finance and Accounting Support Scope The scope includes Support and maintenance of finance and accounting system comprising of the following modules and any other relevant module/functionality: a. General Ledger b. Budget Preparation and Control c. Banks and Cash Management d. Accounts Receivable (AR) e. Accounts Payable (AP) f. Fixed Assets g. Billing h. Support for any other relevant module/functionality related to the financial module TENDER NO. KTNA/11/ ERP 3

24 ii. Financial Management Support Requirements: Item Requirement Score General Ledger Requirements Support 1. Support and maintenance of all General Ledger Functionalities. Customization and maintenance of General Ledger functionalities and reports Planning and Budgets Requirements Support 3. Support and maintenance of all Budget Functionalities 4. Customization and maintenance of Planning and Budgets functionalities and reports Accounts Payable (AP) Requirements Support 5. Support and maintenance of all Accounts Payable functionalities 6. Support and maintenance of the Interface to General Ledger 7. Customization and maintenance of Accounts Payable (AP) functionalities and reports Accounts Receivable (AR) Requirements Support 8. Support and maintenance of all accounts receivable functionalities 9. Customization and maintenance of Accounts receivable (AP) functionalities and reports Cash Management Requirements Support 10. Support and maintenance of cash management functionalities 11. Customization and maintenance of cash management functionalities and reports Fixed Assets Requirements Support 1. Support and maintenance of Interface to General ledger 13. Support and maintenance of Interface from Accounts Payable 14. Customization and maintenance of Fixed assets TENDER NO. KTNA/11/ ERP 4

25 functionalities and reports 15. Support and maintenance of all Fixed assets functionalities Billing Support 16. Support and maintenance of billing functionalities 17. Customization and maintenance of billing functionalities and reports Total 34 Procurement and Logistics System i. Procurement and logistics Scope The contractor should be able to support and maintain the Procurement and logistics module. The scope of the solution is as follows: a. Purchasing Management b. Procurement Contracts Management c. Inventory Management d. Sourcing e. E-procurement f. Support for any other relevant module/functionality related to the procurement and logistics module ii. Procurement and logistics support requirements Item Requirement Score Procurement and Logistics Requirements 1. Support and maintenance of all other functionalities. Customization and maintenance all procurement functionalities and reports Sourcing Requirements 3. Support and maintenance of all other functionalities 4. Customization and maintenance all sourcing functionalities and reports Inventory Management Requirements 5. Support and maintenance of all other functionalities 6. Customization and maintenance all inventory functionalities and reports TENDER NO. KTNA/11/ ERP 5

26 Total 1 Technical support, performance review and installation of updates Item Requirement Score 1. Technical support which includes Oracle E-business suite application(r1) maintenance. Technical support which includes Oracle E-business suite database(11g) maintenance 3. Technical support recommending relevant updates and patches 4. Technical support recovery and restore in case of system failures Total iii) Financial Evaluation The bidder with the lowest evaluated price shall be awarded this tender provided they have a minimum score of score as per the set criteria. TENDER NO. KTNA/11/ ERP 6

27 SECTION III: GENERAL CONDITIONS OF CONTRACT Table of Clauses Page 3.1 Definitions 6 3. Application Country of Origin Standards Use of Contract documents and information Patent Rights Performance security Inspection and Tests Packing Delivery and documents Insurance Payment Prices Assignments Sub contracts Termination for default Liquidated damages Resolution of Disputes Language and law Force Majeure 30 TENDER NO. KTNA/11/ ERP 7

28 SECTION III - GENERAL CONDITIONS OF CONTRACT 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 the organization purchasing the Goods under this Contract. The Tenderer means the individual or firm supplying the Goods under this Contract. 3. Application 3..1 These General Conditions shall apply in all Contracts made by the Procuring entity 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 Procuring entity 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 Procuring entity 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 Procuring entity s prior written consent, make TENDER NO. KTNA/11/ ERP 8

29 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 Procuring entity on completion of the Tenderer s performance under the Contract if so required by the Procuring entity 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 Procuring entity 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 Procuring entity as compensation for any loss resulting from the Tenderer s failure to complete its obligations under the Contract The performance security shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to the Procuring entity 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 Procuring entity, in the form provided in the tender documents The performance security will be discharged by the Procuring entity 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 Procuring entity or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications. The Procuring entity 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 Procuring entity. TENDER NO. KTNA/11/ ERP 9

30 3.8.3 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 alterations necessary to make specification requirements free of costs to the Procuring entity The Procuring entity 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 3.10 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 3.11 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. 3.1 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 Procuring entity as specified in the contract 3.13 Prices Prices charged by the tenderer for goods delivered and services performed under TENDER NO. KTNA/11/ ERP 30

31 the Contract shall not, with the exception of any price adjustments authorized in Special 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 (1 months) Where contract price variation is allowed, the variation shall not exceed 5% of the original contract price Price variation request shall be processed by the procuring entity within 15 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 Procuring entity s prior written consent 3.15 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 3.16 Termination for default The Procuring entity 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 period(s) specified in the Contract, or within any extension thereof granted by the Procuring entity if the tenderer fails to perform any other obligation(s) under the Contract if the tenderer, in the judgment of the Procuring entity has engaged in corrupt or fraudulent practices in competing for or in executing the Contract In the event the Procuring entity 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 If the tenderer fails to deliver any or all of the goods/services within the period(s) TENDER NO. KTNA/11/ ERP 31

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/PM/OT/016/2016-2017 TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) CLOSING DATE AND TIME: 17th October, 2016 at 2.00Pm Geothermal Development

More information

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO.

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO. BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 2232 Fax 31060/30192 TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE

More information

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER NO: KRA/HQS/NCB/011/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/ NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND COMMISIONING OF A STRUCTURED CABLING LOCAL AREA NETWORK, FIBER EXTENSION

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT, STATE DEPARTMENT OF PUBLIC WORKS P. O

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT, STATE DEPARTMENT OF PUBLIC WORKS P. O REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT, STATE DEPARTMENT OF PUBLIC WORKS P. O. Box 30071-00100 NAIROBI Tel: +254-205-339-61 (SUPPLIES BRANCH) SB/53/2016/2017

More information

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME)

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME) REPUBLIC OF KENYA MINISTRYOFTRANSPORT, INFRASTRUCTURE,HOUSINGANDURBAN DEVELOPMENT, STATEDEPARTMENT OFPUBLICWORKS P. O. Box 30071-00100 NAIROBI Tel: +254-205-339-61 (SUPPLIES BRANCH) SB-5-2016-2017: Supply

More information

TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF UNIFIED SOLUTION. KoTDA/RFP/016/

TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF UNIFIED SOLUTION. KoTDA/RFP/016/ TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF UNIFIED COMMUNICATION SOLUTION KoTDA/RFP/016/2016-2017 CAPITAL WEST BUSINESS CENTER, WESTLANDS P. O. BOX 30519 00100 TEL: +254 20 4343013/4

More information

TENDER DOCUMENT FOR PROVISION OF BULK PUSH & PULL SMS (SHORT MESSAGING SERVICE) AND OZEKI NG SMS GATEWAY LICENSES & TRAINING

TENDER DOCUMENT FOR PROVISION OF BULK PUSH & PULL SMS (SHORT MESSAGING SERVICE) AND OZEKI NG SMS GATEWAY LICENSES & TRAINING TENDER DOCUMENT FOR PROVISION OF BULK PUSH & PULL SMS (SHORT MESSAGING SERVICE) AND OZEKI NG SMS GATEWAY LICENSES & TRAINING FRAMEWORK CONTRACT FOR THREE (3) YEARS LOT : BULK PUSH & PULL SMS GATEWAY SOLUTION

More information

REPUBLIC OF KENYA. MINISTRY OF MINING P. O. Box Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya

REPUBLIC OF KENYA. MINISTRY OF MINING P. O. Box Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya REPUBLIC OF KENYA MINISTRY OF MINING P. O. Box 30009-00100 Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya OPEN NATIONAL TENDERING TENDER DOCUMENT TENDER NO: MOM/T/004/2015-2016 FOR SUPPLY, DELIVERY,

More information

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY MERU UNIVERSITY OF SCIENCE & TECHNOLOGY P.O BOX 972-60200 Meru-Kenya Tel: 020-2092048, 020-2069349, 061-23092, 064-30320 Cell Phone: +254712524293, +254 725330827, +254 78151411, +254 725330826,+254 752839270,+254

More information

SIMLAW Seed CoMpAny LIMIted

SIMLAW Seed CoMpAny LIMIted SIMLAW Seed CoMpAny LIMIted TENDER DOCUMENT TENDER FOR SALE OF BOARDED MOTOR VEHICLES AND BEANS TENDER REF: SSC/T/DC/10/2018/2019 TENDER CLOSING & OPENING DATE: -16 th NOVEMBER, 2018 SIMLAW SEED COMPANY

More information

TENDER NO: MSU/T/ 19 / FOR: SUPPLY AND DELIVERY OF DAY OLD CHICKS AT MASENO UNIVERSITY

TENDER NO: MSU/T/ 19 / FOR: SUPPLY AND DELIVERY OF DAY OLD CHICKS AT MASENO UNIVERSITY Tel: (057) 351622, 351008, 351011 Fax: (057) 351221, 351432 www.maseno.ac.ke Mobile: 0722203411/0703591231 E-mail: po@maseno.co.ke MASENO UNIVERSITY Private Bag, MASENO TENDER NO: MSU/T/ 19 /2014-2015

More information

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes)

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes) Open National Tender (ONT) Tender Document For the SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes) Invitation for Tender (IFT) Number: KEMSA/ONT 04/2017-2019 FRAMEWORK CONTRACTING

More information

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015 PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072

More information

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP / REPUBLIC OF KENYA RIFT VALLEY WATER SERVICES BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /2016-2017 TENDER DOCUMENT EMPLOYER PROJECT MANAGER RIFT VALLEY

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH

REPUBLIC OF KENYA MINISTRY OF HEALTH REPUBLIC OF KENYA MINISTRY OF HEALTH INVITATION TO TENDER INTERNATIONAL COMPETITIVE BIDDING SUPPLY, INSTALLATION, TESTING, MAINTENANCE AND REPLACEMENT OF MEDICAL EQUIPMENT AND ASSOCIATED TRAINING FOR COUNTY

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-070-2018 TENDER FOR STRUCTURAL REHABILITATION OF OLKARIA II GEOTHERMAL POWER STATION (OPEN NATIONAL) Kenya Electricity Generating Company Limited Stima

More information

IDB CAPITAL LIMITED. At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/

IDB CAPITAL LIMITED. At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/ IDB CAPITAL LIMITED At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/2016-2017 TENDER FOR THE IMPLEMENTATION OF AN HRMS SOLUTION IN NAVISION 2016 & MIGRATION OF NAVISON FINANCIALS FROM THE

More information

Design and Build of Passenger Terminal Building North Extension At Macau International Airport (RFQ-198) Section 1 Instruction to Bidders

Design and Build of Passenger Terminal Building North Extension At Macau International Airport (RFQ-198) Section 1 Instruction to Bidders At Macau International Airport (RFQ-198) Section 1 Instruction to Bidders Table of Contents Page S.1/ Section 1 - Instruction to Bidders ( ITB )... 3 1. Introduction... 3 2. Eligibility of Bidders... 3

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

MINISTRY OF INFORMATION COMMUNICATIONS AND TECHNOLOGY STATE DEPARTMENT OF ICT & INNOVATION TENDER NO. MICT&I/01/ For

MINISTRY OF INFORMATION COMMUNICATIONS AND TECHNOLOGY STATE DEPARTMENT OF ICT & INNOVATION TENDER NO. MICT&I/01/ For REPUBLIC OF KENYA MINISTRY OF INFORMATION COMMUNICATIONS AND TECHNOLOGY STATE DEPARTMENT OF ICT & INNOVATION P.O. BOX 30025-00100 NAIROBI TENDER NO. MICT&I/01/2016-2017 IFMIS NO: Open Tender- National

More information

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION TENDER NO. NCA/T/023/2017-2018 CLOSING WEDNESDAY 14 TH MARCH, 2018 AT 11.00AM FEBRUARY 2018. MANAGER, SUPPLY CHAIN

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT-012-2017 Tender for Re-location of One GE Frame 6 Gas Turbine Plant from Embakasi in Nairobi to Muhoroni near Kisumu. Scope :( Dismantling, Transportation,

More information

INTERNATIONAL CENTRE FOR RESEARCH IN AGROFORESTRY. ICRAF House, UN Avenue Gigiri PO Box Nairobi Kenya

INTERNATIONAL CENTRE FOR RESEARCH IN AGROFORESTRY. ICRAF House, UN Avenue Gigiri PO Box Nairobi Kenya INTERNATIONAL CENTRE FOR RESEARCH IN AGROFORESTRY ICRAF House, UN Avenue Gigiri PO Box 30677 00100 Nairobi Kenya Tel. +254 20 524 000, Fax: +254 20 524 001 TENDER No. ICRAF /ME/09/2018 REQUEST FOR PROPOSAL

More information

TENDER FOR THE PROVISION OF PEST CONTROL, FUMIGATION AND SANITARY BINS SERVICES TENDER NUMBER: MMUST/CS/03/

TENDER FOR THE PROVISION OF PEST CONTROL, FUMIGATION AND SANITARY BINS SERVICES TENDER NUMBER: MMUST/CS/03/ MASINDE MULIRO UNIVERSITY OF SCIENCE AND TECHNOLOGY (MMUST) TENDER FOR THE PROVISION OF PEST CONTROL, FUMIGATION AND SANITARY BINS SERVICES TENDER NUMBER: MMUST/CS/03/2018-2019 CLOSING DATE: TUESDAY, 5

More information

KENYA CIVIL AVIATION AUTHORITY

KENYA CIVIL AVIATION AUTHORITY KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/019/2017-2018 THE PROVISION OF MEDIA MONITORING, NEWS AND RESEARCH SERVICES FOR KCAA FOR TWO YEARS - 2017/18 & 2018/19 DATE OF NOTICE: TUESDAY, 14 TH NOVEMBER,

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/

TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/ TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/2017-2018 CLOSING MONDAY 12 TH FEBRUARY, 2018 AT 11.00AM RESERVED FOR AGPO FIRMS JANUARY 2018 MANAGER, SUPPLY CHAIN NATIONAL

More information

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t R E P U B L I C O F L I B E R I A N A T I O N A L E L E C T I O N S C O M M I S S I O N B i d d i n g D o c u m e n t I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t F o r t

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT TENDER NO. NCA/T/15/2017-2018 CLOSING FRIDAY 15 TH DECEMBER, 2017 AT 11.00AM NOVEMBER 2017. MANAGER, SUPPLY CHAIN NATIONAL

More information

Tender for Provision of Single Channel per Carrier (SCPC) VSAT Link between Kamburu Power Station and Turkwel Power Station

Tender for Provision of Single Channel per Carrier (SCPC) VSAT Link between Kamburu Power Station and Turkwel Power Station ` KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-IT-10-2015 Tender for Provision of Single Channel per Carrier (SCPC) VSAT Link between Kamburu Power Station and Turkwel Power Station Kenya Electricity

More information

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/ PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/2017-2018 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 www.kra.go.ke NAIROBI, KENYA. AUGUST, 2017 PREBID DATE: 5TH SEPTEMBER,

More information

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya Tender Document For the Supply and delivery of Mobile Digital X - Ray Machines ITT No.: GF ATM TB NFM - 17/18 OIT -

More information

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING COUNTY GOVERNMENT OF MACHAKOS MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING PROPOSED CONSTRUCTION OF COUNTY GOVERNMENT OFFICES AT MATUU-MACHAKOS COUNTY TENDER DOCUMENTS QUANTITY SURVEYOR PUBLIC

More information

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II MACHAKOS UNIVERSITY COLLEGE ISO 9001:2008 Certified (A Constituent College of Kenyatta University TENDER DOCUMENT FOR THE PROPOSED CONSTRUCTION AND COMPLETION OF BUILDING AND CIVIL ENGINEERING WORKSHOPS

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

Government of Sindh. SINDH REVENUE BOARD Shaheen Complex Building, 6 th Floor, M.R Kiyani Road, Karachi-Pakistan Bidding Document.

Government of Sindh. SINDH REVENUE BOARD Shaheen Complex Building, 6 th Floor, M.R Kiyani Road, Karachi-Pakistan  Bidding Document. Government of Sindh de SINDH REVENUE BOARD Shaheen Complex Building, 6 th Floor, M.R Kiyani Road, Karachi-Pakistan www.srb.gos.pk Bidding Document For Supply of Online Fiscal Point of Sale Integration

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

The Kenya Power & Lighting Co. Ltd.

The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. TENDER NO. KPLC1/6D/PT/D/02/11 SUPPLY, INSTALLATION AND COMMISSIONING OF ADDITIONAL FEEDER BREAKER AND 1MVA STEP- UP TRANSFORMER AT MANDERA AND LODWAR POWER STATIONS

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

A F R I C A N U N I O N Standard Bidding Document

A F R I C A N U N I O N Standard Bidding Document A F R I C A N U N I O N Standard Bidding Document Procurement of Goods and Services Open Tender REGIONAL COMPETITIVE BIDDING (RCB) African Peer Review Mechanism Procurement Number: 2/APRM/IT/07/17 TENDER

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA NOMINATED SUB-CONTRACT TENDER DOCUMENT FOR THE PROPOSED MEDICAL COMPLEX - PHASE 1 AT KERUGOYA COUNTY HOSPITAL IN KERUGOYA TOWN, KIRINYAGA COUNTY ERECTION

More information

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES CONTRACT NO: AWSB/HQ/PQ/09/2015-2017 MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX 45283-00100

More information

KENYA URBAN ROADS AUTHORITY

KENYA URBAN ROADS AUTHORITY KENYA URBAN ROADS AUTHORITY Efficient and safe urban roads YOUTH EMPOWERMENT PROGRAMME SUPPLY OF VARIOUS CONSTRUCTION MATERIALS TENDER No. KURA/RMLF/HQ/006/2015-2016 JULY, 2015 GENERAL MANAGER (D& C) DIRECTOR

More information

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI PRE-QUALIFICATION DOCUMENT FOR PROVISION OF CREATIVE DESIGN, LAYOUT AND PRINTING OF MAGAZINES, CALENDARS, PROMOTIONAL MATERIALS, BROCHURES, NOTEBOOKS AND DIARIES CONTRACT NO: AWSB/HQ/PQ/18/2015-2017 MAY

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF ROADS, PUBLIC WORKS & TRANSPORT PROPOSED COSTRUCTION AND COMPLETION OF TYPE DISPENSARIES & ASSOCIATED EXTERNAL WORKS FOR THE MIN. OF HEALTH

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

REPUBLIC OF SEYCHELLES

REPUBLIC OF SEYCHELLES Elect.Proj./289 REPUBLIC OF SEYCHELLES PUBLIC UTILITIES CORPORATION (Electricity ty Division) Generation Capacity Expansion PRASLIN Bidding Documents for 1 x 2.5 MW Diesel Generator Set (Praslin Power

More information

ETHICS AND ANTI-CORRUPTION COMMISSION

ETHICS AND ANTI-CORRUPTION COMMISSION ETHICS AND ANTI-CORRUPTION COMMISSION TENDER DOCUMENT FOR PROPOSED OFFICE PARTITIONING AND REFURBISHMENT TO ETHICS AND ANTI- CORRUPTION COMMISSION OFFICES ON 1ST FLOOR, CENTRAL SQUARE BUILDING, KISUMU

More information

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No:

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: REPUBLIC OF KENYA RIFT VALLEY WATER SERVICES BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: RVWSB/MLM-TAT/EQ /2017-2018 TENDER DOCUMENT EMPLOYER PROJECT MANAGER RIFT VALLEY

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET

PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET SPECIFICATIONS AND BILLS OF QUANTITIES FOR ELECTRICAL INSTALLATION CLIENT Kenya Power and Lighting Co. Ltd. P. O. Box 30099-00100 NAIROBI ARCHITECT:

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

TEACHERS SERVICE COMMISSION

TEACHERS SERVICE COMMISSION TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR PROCUREMENT OF SERVICES DEVELOPMENT AND IMPLEMENTATION OF A COMMUNICATION AND MEDIA STRATEGY FOR MANAGEMENT OF TSC S CORPORATE IMAGE TSC/T/40/2015-2016 Teachers

More information

TENDER NO. NKCC/014/ PROVISION OF SAP APPLICATION MANAGEMENT SERVICES

TENDER NO. NKCC/014/ PROVISION OF SAP APPLICATION MANAGEMENT SERVICES TENDER NO. NKCC/014/2015-16 PROVISION OF SAP APPLICATION MANAGEMENT SERVICES CLOSING DATE 13 TH MAY 2015 AT 10.00 A.M. 1 M/s.... Dear Sirs, RE: TENDER FOR SAP APPLICATION MANAGEMENT SERVICES. You are hereby

More information

TENDER DOCUMENT FOR PROVISION OF SECURITY SERVICES KEMSA/ ONT9 / TIME: AM

TENDER DOCUMENT FOR PROVISION OF SECURITY SERVICES KEMSA/ ONT9 / TIME: AM TENDER DOCUMENT FOR PROVISION OF SECURITY SERVICES KEMSA/ ONT9 /2017-2019 CLOSING DATE: THURSDAY 14 th JUNE 2018 TIME: 10.00 AM Invitation for Tenders (IFT) Tender Reg. No. KEMSA/ONT 9/2017-2019 For Provision

More information

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM THE KENYATTA INTERNATIONAL CONVENTION CENTRE TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM KENYATTA INTERNATIONAL CONVENTION CENTRE KICCBUILDING

More information

GUJARAT TECHNOLOGICAL UNIVERSITY (Established Under Gujarat Act. No. 20 of 2007)

GUJARAT TECHNOLOGICAL UNIVERSITY (Established Under Gujarat Act. No. 20 of 2007) Gujarat Technological University TENDER - E - Assessment GUJARAT TECHNOLOGICAL UNIVERSITY (Established Under Gujarat Act. No. 20 of 2007) E TENDER NOTICE NO: 23/2017-18 (Including Technical & Financial

More information

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

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO.IPSTC/PREQ/2016/2017/231FOR REGISTRATION OF SUPPLIERS FOR PROVISION OF TENTS CHAIRS

More information

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS PRE-QUALIFICATION/ REGISTRATION OF SUPPLIERS FOR 2017-2018 CLOSING

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD TENDER No. NCC/T/RPW&T/205/2017- Chief officer Roads, Public works and Transport

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

COUNTY GOVERNMENT OF NYERI

COUNTY GOVERNMENT OF NYERI COUNTY GOVERNMENT OF NYERI WHEN REPLYING PLEASE QUOTE OUR REFERENCE NO AND DATE. ALL CORRESPONDENCES TO BE ADDRESSED TO THE COUNTY SECRETARY OR THE CHIEF OFFICERS OF DEPARTMENTS P.o. Box 1112-10100 NYERI

More information

CONTRACT NO.NCC/ENVI/378/

CONTRACT NO.NCC/ENVI/378/ NAIROBI CITY COUNTY Email:governer@nairobi.go.ke Web: www.nairobi.go.ke City Hall, P.O. box 30075-00100, Nairobi, Kenya SPECIFICATIONS FOR SUPPLY AND DELIVERY OF ONE (1) NO. REFUSE/LANDFILL COMPACTOR.

More information

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR COUNTY GOVERNMENT OF NANDI NANDI COUNTY ASSEMBLY P. O BOX 673-30300 KAPSABET STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR (PROVISION OF AIR TRAVEL AGENCY AND AIR TICKETING SERVICES-IATA/KATA REGISTERED)

More information

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER SUPPLY AND DELIVERY OF MEDICAL EQUIPMENTS

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER SUPPLY AND DELIVERY OF MEDICAL EQUIPMENTS AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +25 (0)-55 7700 Fax: +25 (0)-55 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION PROCUREMENT OF GOODS

More information

TENDER FOR PROVISION OF PUBLIC RELATIONS, MARKETING AND ADVERTISING AGENCY SERVICES TENDER NO. KRC/PLM/018/

TENDER FOR PROVISION OF PUBLIC RELATIONS, MARKETING AND ADVERTISING AGENCY SERVICES TENDER NO. KRC/PLM/018/ TENDER FOR PROVISION OF PUBLIC RELATIONS, MARKETING AND ADVERTISING AGENCY SERVICES TENDER NO. KRC/PLM/018/2017-2018 CLOSING DATE: TUESDAY 20 TH FEBRUARY, 2018 CLOSING TIME: 10:00 PM The Managing Director

More information

EDUCATION DEVELOPMENT TRUST TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF SAMSUNG TABLETS AND COVERS TENDER NO.

EDUCATION DEVELOPMENT TRUST TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF SAMSUNG TABLETS AND COVERS TENDER NO. EDUCATION DEVELOPMENT TRUST TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF SAMSUNG TABLETS AND COVERS TENDER NO. EdDevTrust/GEC-T-WWW/008/2018 TABLE OF CONTENTS LETTER OF INVITATION... 1 INSTRUCTIONS TO TENDERERS...

More information

FOR PURCHASE OF LAND

FOR PURCHASE OF LAND OPEN TENDER FOR PURCHASE OF LAND TENDER NO. NHC/PL/014/16-17 INVITATION DATE: 7 TH APRIL 2017 CLOSING DATE: 21 st APRIL 2017 AT 11.00AM Page 1 of 26 INVITATION TO TENDER Re: Tender for Purchase of Land.

More information

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI TANATHI WATER SERVICES BOARD K.I.D.P. Bldg., Kalawa Rd., Private Bag, Kitui. Phone: 020 8009628/044-4422416 Telefax: +254 044-44221O8/4422417 Email: tanathiwsb@gmail.com PRE-QUALIFICATION DOCUMENT FOR

More information

PRE-BID MEETING VENUE : CONFERENCE HALL ANDHRA PRADESH FOODS, ROAD No. 14, IDA, NACHARAM HYDERABAD ANDHRA PRADESH, INDIA

PRE-BID MEETING VENUE : CONFERENCE HALL ANDHRA PRADESH FOODS, ROAD No. 14, IDA, NACHARAM HYDERABAD ANDHRA PRADESH, INDIA ANDHRA PRADESH FOODS (A Government of Andhra Pradesh Enterprise) An ISO 9001:2000 & HACCP Certified Company ROAD No.14, IDA, NACHARAM HYDERABAD, 500076 (A.P) INDIA Email: apfoods@hotmail.com Website: http://apfoods.ap.nic.in

More information

ROADS AND FLEET MANAGEMENT DEPARTMENT

ROADS AND FLEET MANAGEMENT DEPARTMENT ROADS AND FLEET MANAGEMENT DEPARTMENT TENDER NO. KWS/OT/R&F/22/2017 2018 ROUTINE MAINTENANCE OF JUNCT A109 CHYULU HILLS ROAD(E1819) IN CHYULU NATIONAL PARK February 2018 (Persons With Disability) HEAD,

More information

TENDER NO. KP4/9A/PT/11/2015 PREQUALIFICATION TENDER NORTH RIFT REGION SUPPLY OF ICTGOODS,SERVICES,SPARES & ACCESSORIES.

TENDER NO. KP4/9A/PT/11/2015 PREQUALIFICATION TENDER NORTH RIFT REGION SUPPLY OF ICTGOODS,SERVICES,SPARES & ACCESSORIES. TENDER NO. KP4/9A/PT/11/2015 PREQUALIFICATION TENDER NORTH RIFT REGION SUPPLY OF ICTGOODS,SERVICES,SPARES & ACCESSORIES. (FEBRUARY 2015) ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDERDOCUMENT

More information

MAY 2015 ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID

MAY 2015 ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID TENDER NO KP1/5F/9A/PT/TS/022/2014-15 FOR PRE-QUALIFICATION OF SUPPLIERS FOR PROVISION AND MAINTENANCE SERVICES FOR ENERGY SAVING JIKOS AND INCINERATOR FOR INSITUTE OF ENERGY STUDIES & RESEARCH/ KENYA

More information

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) IOM Nigeria FRAMEWORK AGREEMENT FOR SUPPLY OF DIESEL FOR ONE (1) YEAR ITB NO: NG10-014 Prepared by DORCAS SHAIBU 11 January, 2018 IOM Nigeria No.11

More information

B I D D I N G D O C U M E N T S

B I D D I N G D O C U M E N T S REPUBLIC OF KENYA MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER TANATHI WATER SERVICES BOARD FUNDING DESIGN AND BUILD OF NDARUGU 1 DAM WATER SUPPLY PROJECT B I D D I N G D O C U M E N T S

More information

Government of Sindh. de SINDH REVENUE BOARD Shaheen Complex Building, 6 th Floor, M.R Kayani Road, Karachi-Pakistan

Government of Sindh. de SINDH REVENUE BOARD Shaheen Complex Building, 6 th Floor, M.R Kayani Road, Karachi-Pakistan Government of Sindh de SINDH REVENUE BOARD Shaheen Complex Building, 6 th Floor, M.R Kayani Road, Karachi-Pakistan www.srb.gos.pk Bidding Document For Supply of Online Fiscal Point of Sale Integration

More information

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

Deadline for documents submission June 11, 2009 before 12:00 hours (local time) United Nations Development Programme Date: 26 May 2009 Expression of Interest Pre-Qualification for Civil Works Ref: PRQ/KRT/09/001- R1 United Nations Development Programme (UNDP), Sudan office announces

More information

Procurement of Goods

Procurement of Goods GOVERNMENT OF MEGHALAYA SUPPORTING HUMAN CAPITAL DEVELOPMENT IN MEGHALAYA (SHCDM) (ADB LOAN NO. 3033-IND) Bid Document for Phase-I Procurement of Lab/Workshop, Classroom, Library and IT Lab equipment,

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-05-2018 TENDER FOR SUPPLY OF PORTABLE DIESEL ENGINE ELECTRIC GENERATORS COMPLETE WITH MAINTENANCE TOOLS FOR GEOTHERMAL DEVELOPMENT DIVISION (OPEN NATIONAL)

More information

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time)

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time) Invitation for Bids Grant No. and Title: 2015 68 112: Reconstruction and Improvement of Electricity in Earthquake Affected Districts. Tender No. and Title: ICB-REIP-073/74-01, Lot 1: Immediate Relief Measure

More information

RIFT VALLEY WATER SERVICES BOARD

RIFT VALLEY WATER SERVICES BOARD RIFT VALLEY WATER SERVICES BOARD Telephone : (051) 221 3557 Fax: : (051) 221 4915 Cell : (+254) 718 313557 E-mail : info@ rvwsb.go.ke Maji Plaza Prisons Road Off Nakuru-Eldama Ravine Highway P.O. Box 2451-20100

More information

REQUEST FOR PROPOSAL FOR UPGRADE & ENHANCEMENT OF MICROSOFT DYNAMICS NAVISION FROM VERSION 2009 R2 TO VERSION

REQUEST FOR PROPOSAL FOR UPGRADE & ENHANCEMENT OF MICROSOFT DYNAMICS NAVISION FROM VERSION 2009 R2 TO VERSION REQUEST FOR PROPOSAL FOR UPGRADE & ENHANCEMENT OF MICROSOFT DYNAMICS NAVISION FROM VERSION 2009 R2 TO VERSION 2017 OR LATEST VERSION AND IMPLEMENTATION OF HUMAN RESOURCES & PAYROLL MODULES (FLEET MANAGEMENT,

More information

CONTRACT NO. SU/QT/557N/14

CONTRACT NO. SU/QT/557N/14 KENYA PIPELINE COMPANY LIMITED TENDER FOR THE ENGINEERING DESIGN, PROCUREMENT AND CONSTRUCTION (EPC), TESTING AND COMMISSIONING OF A 10 (TEN INCH) 122 KM OIL PIPELINE FROM SINENDET PS (26) TO KISUMU (PS

More information

Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam

Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam A S S A M E L E C T R I C I T Y G R I D C O R P O R A T I O N

More information

REPUBLIC OF KENYA TENDER DOCUMENT FOR SALE OF BOARDED MOTOR VEHICLES. TENDER NO OAG&DOJ/006/ JANUARY 2017

REPUBLIC OF KENYA TENDER DOCUMENT FOR SALE OF BOARDED MOTOR VEHICLES. TENDER NO OAG&DOJ/006/ JANUARY 2017 REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL & DEPARTMENT OF JUSTICE. TENDER DOCUMENT FOR SALE OF BOARDED MOTOR VEHICLES. TENDER NO OAG&DOJ/006/2016-2017 JANUARY 2017 1 P a g e TABLE OF CONTENTS P

More information

Bangalore International Airport Limited INFORMATION DOCUMENT REQUEST FOR PROPOSAL (RFP) For

Bangalore International Airport Limited INFORMATION DOCUMENT REQUEST FOR PROPOSAL (RFP) For Bangalore International Airport Limited INFORMATION DOCUMENT ON REQUEST FOR PROPOSAL (RFP) For ENGAGING DESIGN CONSULTANT TO PROVIDE DESIGN SERVICES FOR INTERIM TERMINAL1 (T1) IMPROVEMENTS (SWEAT) AT KEMPEGOWDA

More information

COUNTY ASSEMBLY OF KILIFI

COUNTY ASSEMBLY OF KILIFI COUNTY ASSEMBLY OF KILIFI PREQUALIFICATION DOCUMENT PROVISION OF ELECTRICAL WORKS AND MAINTENANACE CAK/030/2015-16 COUNTY ASSEMBLY OF KILIFI F/Y 2015-2016 Table of Contents Page INTRODUCTION 3 SECTION

More information

TENDER DOCUMENTS FOR (A) REPAIRING /RENOVATION OF EXISTING COLD STORE / REFRIGERATION PLANT. (B) SUPPLY, INSTALLATION, TESTING,

TENDER DOCUMENTS FOR (A) REPAIRING /RENOVATION OF EXISTING COLD STORE / REFRIGERATION PLANT. (B) SUPPLY, INSTALLATION, TESTING, TENDER DOCUMENTS FOR (A) REPAIRING /RENOVATION OF EXISTING COLD STORE / REFRIGERATION PLANT. (B) SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND TRIAL RUN OF 600 KG/HR. OIL FIRED BOILER AT CENTRAL DAIRY

More information

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BID IDENTIFICATION NO:-AEGCL/MD/TECH-652/ /200,

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/ SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/2015-2016 NOTICE DATE: WEDNESDAY 6 TH MAY 2015 CLOSING DATE: WEDNESDAY 20 TH MAY 2015 AT 10:00

More information