tender document for internet services · the tender documents, which it receives no later than...
TRANSCRIPT
Page 1 of 50
Tender No AFA082018-2019
TENDER NAME PROVISION OF
INTERNET SERVICES
CLOSING DATE Wednesday 14th November 2018
TIME 1130 AM
Page 2 of 50
TABLE OF CONTENTS
SECTION I - INVITATION TO TENDER 3
SECTION II INSTRUCTION TO TENDERERS 4
SECTION III GENERAL CONDITIONS OF CONTRACT 18
SECTION IV SPECIAL CONDITIONS OF CONTRACT 23
SECTION V - DESCRIPTION OF SERVICES 24
SCHEDULE OF REQUIREMENTS 24
MANDATORY EVALUATION CRITERIA 25
TECHNICAL SPECIFICATIONS 27
LOCATION AND LOCAL LOOP SITES REQUIREMENTS 29
BIDDER CAPACITY EVALUATION CRITERIA 31
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA 33
GENERAL INTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS 33
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA 35
NETWORK EQUIPMENT EVALUATION CRITERIA 38
PRICE SCHEDULE 40
SECTION VI STANDARD FORMS 41
Page 3 of 50
SECTION I - INVITATION TO TENDER
Agriculture and Food Authority invites sealed Tenders from interested and eligible bidders
as listed below
OPEN NATIONAL TENDERS (ONT)
NO
Tender Ref No Tender Name
Eligibility
Closing Date
1
AFAT082018-2019
Provision of
Internet Services
Open
National
Tender
Wednesday
14th November
2018 at 1130
am
A complete set of tender documents containing detailed information may be downloaded
from tendersgoke or Agriculture and Food Authority website wwwafagoke
free of charge Bidders who download the tender document are advised to email their
contact address using the email tendersafagokebefore the tender closing date
Prices quoted should be inclusive of all taxes and delivery costs and must be expressed in
Kenya shillings and shall remain valid for a period of 120 days from the closing date of
the tender
Completed tender documents are to be enclosed in plain sealed envelopes marked with
the tender number and tender name and be deposited in the Tender Box located at
the reception - Tea House or Addressed to
The Director General Agriculture and Food Authority
Tea House Naivasha Road off Ngong Road P O Box 37962 - 00100
NAIROBI
so as to be received on or before (Wednesday 14th November 2018 at 1130 am
Local Time) Tenders will be opened immediately thereafter in the presence of the
candidatesrsquo representatives who choose to attend at the Agriculture and Food Authority
Tea House Ground floor room 1
For further inquiries please call 254 20 3872421 3872497 3874456
Cell 254 722 200556 or 254 734 600994 emailinfoafagoke or tendersafagoke
FOR DIRECTOR GENERAL
Page 4 of 50
SECTION II INSTRUCTION TO TENDERERS
21 Eligible tenderers
211 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
212 The Authority 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
213 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 Authority 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
214 Tenderers involved in corrupt or fraudulent practices or debarred from
participating in public procurement shall not be eligible
22 Cost of tendering
221 The Tenderer shall bear all costs associated with the preparation and submission
of its tender and the Authority will in no case be responsible or liable for those costs regardless of the conduct or outcome of the tendering process
222 The price to be charged for the tender document shall not exceed
Kshs1 000= Where the tenderers download documents from Agriculture and
Food Authority website there shall be no cost
223 The Authority shall allow the tenderer to review the tender document free of
charge before purchase
Page 5 of 50
24 The Tender documents
241 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 v Details of service vi Form of tender vii Price schedules viii Contract form ix Confidential business
questionnaire form x Tender security form xi Performance security form
242 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
24 Clarification of Documents 241 A prospective candidate making inquiries of the tender document may notify the
Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority 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 documentsrdquo
242 The Authority 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
25 Amendment of documents 251 At any time prior to the deadline for submission of tenders the Authority 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
252 All prospective tenderers who have obtained the tender documents will be notified of the amendment by email and such amendment will be binding on them
Page 6 of 50
253 In order to allow prospective tenderers reasonable time in which to take the
amendment into account in preparing their tenders the Authority at its discretion may extend the deadline for the submission of tenders
26 Language of tender
261 The tender prepared by the tenderer as well as all correspondence and
documents relating to the tender exchanged by the tenderer and the Authority shall be written in English language 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
27 Documents Comprising the Tender
The tender prepared by the tenderer shall comprise the following Components
(a) A Tender Form and a Price Schedule completed in accordance with paragraph 9 10 and 11 below
(b) Documentary evidence established in accordance with Clause 211 that the
tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted
(c) Tender security furnished is in accordance with Clause 212
(d) Confidential business questionnaire
28 Form of Tender 281 The tenderers shall complete the Form of Tender and the appropriate Price
Schedule furnished in the tender documents indicating the services to be performed
29 Tender Prices
291 The tenderer shall indicate on the Price schedule the unit prices where applicable
and total tender prices of the services it proposes to provide under the contract 292 Prices indicated on the Price Schedule shall be the cost of the services quoted
including all customs duties and VAT and other taxes payable 293 Prices quoted by the tenderer shall remain fixed during the term of the contract
unless otherwise agreed by the parties Atender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected pursuant to paragraph
Page 7 of 50
294 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)
295 Where contract price variation is allowed the variation shall not exceed
25 of the original contract price 296 Price variation requests shall be processed by the Authority within 30 days of
receiving the request 210 Tender Currencies
2101 Prices shall be quoted in Kenya Shillings unless otherwise specified in the
appendix to in Instructions to Tenderers 211 Tenderers Eligibility and Qualifications
2111 Pursuant to Clause 21 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
2112 The documentary evidence of the tenderers qualifications to perform the contract
if its tender is accepted shall establish to the Authority satisfaction that the tenderer has the financial and technical capability necessary to perform the contract
212 Tender Security 2121 The tenderer shall furnish as part of its tender a tender security for the amount
and form specified in the Invitation to tender 2122 The tender security shall be in the Kshs 10000000
2122 The tender security is required to protect the Authority against the risk of Tendererrsquos conduct which would warrant the securityrsquos forfeiture pursuant to paragraph
2123 The tender security shall be denominated in a Kenya Shillings or in another freely
convertible currency and shall be in the form of a) A bank guarantee b) Such insurance guarantee approved by the Public Procurement Oversight
Authority 2124 Any tender not secured in accordance with paragraph 2121 and 2123 will be
rejected by the Authority as non-responsive pursuant to paragraph 220
Page 8 of 50
2125 Unsuccessful tendererrsquos 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 Authority
2126 The successful tendererrsquos tender security will be discharged upon the tenderer
signing the contract pursuant to paragraph 229 and furnishing the performance security pursuant to paragraph 230
2127 The tender security may be forfeited
(a) If a tenderer withdraws its tender during the period of tender validity specified
by the Authority on the Tender Form or
b) In the case of a successful tenderer ifthe tenderer fails (i) To sign the contract in accordance with paragraph 30 (ii) To furnish performance security in accordance with paragraph 31
(c) If the tenderer rejects correction of an error in the tender
213 Validity of Tenders 2131 Tenders shall remain valid for Ninety (90) days or as specified in the invitation
to tender after date of tender opening prescribed by the Authority pursuant to paragraph 218 A tender valid for a shorter period shall be rejected by the Authority as nonresponsive
2132 In exceptional circumstances the Authority may solicit the Tendererrsquos 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 212 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
214 Format and Signing of Tender
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY OF TENDERrdquo as appropriate In the event of any discrepancy between them the original shall govern
2142 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 All pages of the tender except for un-amended printed literature shall be initialed by the person or persons signing the tender
Page 9 of 50
2143 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
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall
(a) be addressed to the Authority at the address given in the invitation to tender
(b) bear tender number and name in the invitation to tender and the words ldquoDO NOT
OPEN BEFORE 14th November 2018 at 1130 am 2153 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 ldquolaterdquo 2154 If the outer envelope is not sealed and marked as required by
paragraph 2152 the Authority will assume no responsibility for the tenderrsquos misplacement or premature opening
216 Deadline for Submission of Tenders
2161 Tenders must be received by the Authority at the address specified under paragraph 2152 no later 14th November 2018 at 1130 am 2162 The Authority 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 Authority and candidates previously subject to the deadline will thereafter be subject to the deadline as extended
217 Modification and withdrawal of tenders 2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission
provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
2172 The Tendererrsquos modification or withdrawal notice shall be prepared sealed
marked and dispatched in accordance with the provisions of paragraph 215 A withdrawal notice may also be sent by email but followed by a signed confirmation copy postmarked not later than the deadline for submission of tenders
2173 No tender may be modified after the deadline for submission of tenders
Page 10 of 50
2174 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 Tendererrsquos forfeiture of its tender security pursuant to paragraph 2127
2175 The Authority may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2176 The Authorityshall 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
218 Opening of Tenders 2181 The Procuring entity will open all tenders in the presence of
tenderersrsquo representatives who choose to attend at 14th November 2018 at 1130 amand in the location specified in the invitation to tender The tenderersrsquo representatives who are present shall sign a register evidencing their attendance
2183 The tenderersrsquo names tender modifications or withdrawals tender prices
discounts and the presence or absence of requisite tender security and such other details as the Authority at its discretion may consider appropriate will be announced at the opening
2184 The Authority will prepare minutes of the tender opening which will be submitted
to the tenderers that signed the tender opening register and will have made the request
219 Clarification of tenders 2191 To assist in the examination evaluation and comparison of tenders the
Authority 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 shall be sought offered or permitted
2192 Any effort by the tenderer to influence the Authority in the Authority tender
evaluation tender comparison or contract award decisions may result in the rejection of the tenderers tender
220 Preliminary Examination and Responsiveness 2201 The Authority will examine the tenders to determine whether they are complete
whether any computational errors have been made whether required securities have been furnished whether the documents have been properly signed and whether the tenders are generally in order
Page 11 of 50
2202 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the candidate does not accept the correction of the errors its tender will be rejected and its tender security may be forfeited If there is a discrepancy between words and figures the amount in words will prevail
2203 The Authority may waive any minor informality or nonconformity 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
2204 Prior to the detailed evaluation pursuant to paragraph 23 the Authority 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 Authority determination of a tenderrsquos responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
2205 If a tender is not substantially responsive it will be rejected by the Authority and
may not subsequently be made responsive by the tenderer by correction of the nonconformity
221 Conversion to a single currency
2211 Where other currencies are used the Authority will convert those currencies to
Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya
222 Evaluation and comparison of tenders
2221 The Authority will evaluate and compare the tenders which have been determined
to be substantially responsive pursuant to paragraph 220 2222 The comparison shall be of the price including all costs as well as duties and taxes
payable on all the materials to be used in the provision of the services 2223 The Authority evaluation of a tender will take into account in addition to the
tender price the following factors in the manner and to the extent indicated in paragraph 2224 and in the technical specifications
(a) Operational plan proposed in the tender
(b) Deviations in payment schedule from that specified in the Special Conditions of
Contract
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 2 of 50
TABLE OF CONTENTS
SECTION I - INVITATION TO TENDER 3
SECTION II INSTRUCTION TO TENDERERS 4
SECTION III GENERAL CONDITIONS OF CONTRACT 18
SECTION IV SPECIAL CONDITIONS OF CONTRACT 23
SECTION V - DESCRIPTION OF SERVICES 24
SCHEDULE OF REQUIREMENTS 24
MANDATORY EVALUATION CRITERIA 25
TECHNICAL SPECIFICATIONS 27
LOCATION AND LOCAL LOOP SITES REQUIREMENTS 29
BIDDER CAPACITY EVALUATION CRITERIA 31
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA 33
GENERAL INTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS 33
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA 35
NETWORK EQUIPMENT EVALUATION CRITERIA 38
PRICE SCHEDULE 40
SECTION VI STANDARD FORMS 41
Page 3 of 50
SECTION I - INVITATION TO TENDER
Agriculture and Food Authority invites sealed Tenders from interested and eligible bidders
as listed below
OPEN NATIONAL TENDERS (ONT)
NO
Tender Ref No Tender Name
Eligibility
Closing Date
1
AFAT082018-2019
Provision of
Internet Services
Open
National
Tender
Wednesday
14th November
2018 at 1130
am
A complete set of tender documents containing detailed information may be downloaded
from tendersgoke or Agriculture and Food Authority website wwwafagoke
free of charge Bidders who download the tender document are advised to email their
contact address using the email tendersafagokebefore the tender closing date
Prices quoted should be inclusive of all taxes and delivery costs and must be expressed in
Kenya shillings and shall remain valid for a period of 120 days from the closing date of
the tender
Completed tender documents are to be enclosed in plain sealed envelopes marked with
the tender number and tender name and be deposited in the Tender Box located at
the reception - Tea House or Addressed to
The Director General Agriculture and Food Authority
Tea House Naivasha Road off Ngong Road P O Box 37962 - 00100
NAIROBI
so as to be received on or before (Wednesday 14th November 2018 at 1130 am
Local Time) Tenders will be opened immediately thereafter in the presence of the
candidatesrsquo representatives who choose to attend at the Agriculture and Food Authority
Tea House Ground floor room 1
For further inquiries please call 254 20 3872421 3872497 3874456
Cell 254 722 200556 or 254 734 600994 emailinfoafagoke or tendersafagoke
FOR DIRECTOR GENERAL
Page 4 of 50
SECTION II INSTRUCTION TO TENDERERS
21 Eligible tenderers
211 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
212 The Authority 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
213 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 Authority 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
214 Tenderers involved in corrupt or fraudulent practices or debarred from
participating in public procurement shall not be eligible
22 Cost of tendering
221 The Tenderer shall bear all costs associated with the preparation and submission
of its tender and the Authority will in no case be responsible or liable for those costs regardless of the conduct or outcome of the tendering process
222 The price to be charged for the tender document shall not exceed
Kshs1 000= Where the tenderers download documents from Agriculture and
Food Authority website there shall be no cost
223 The Authority shall allow the tenderer to review the tender document free of
charge before purchase
Page 5 of 50
24 The Tender documents
241 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 v Details of service vi Form of tender vii Price schedules viii Contract form ix Confidential business
questionnaire form x Tender security form xi Performance security form
242 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
24 Clarification of Documents 241 A prospective candidate making inquiries of the tender document may notify the
Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority 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 documentsrdquo
242 The Authority 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
25 Amendment of documents 251 At any time prior to the deadline for submission of tenders the Authority 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
252 All prospective tenderers who have obtained the tender documents will be notified of the amendment by email and such amendment will be binding on them
Page 6 of 50
253 In order to allow prospective tenderers reasonable time in which to take the
amendment into account in preparing their tenders the Authority at its discretion may extend the deadline for the submission of tenders
26 Language of tender
261 The tender prepared by the tenderer as well as all correspondence and
documents relating to the tender exchanged by the tenderer and the Authority shall be written in English language 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
27 Documents Comprising the Tender
The tender prepared by the tenderer shall comprise the following Components
(a) A Tender Form and a Price Schedule completed in accordance with paragraph 9 10 and 11 below
(b) Documentary evidence established in accordance with Clause 211 that the
tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted
(c) Tender security furnished is in accordance with Clause 212
(d) Confidential business questionnaire
28 Form of Tender 281 The tenderers shall complete the Form of Tender and the appropriate Price
Schedule furnished in the tender documents indicating the services to be performed
29 Tender Prices
291 The tenderer shall indicate on the Price schedule the unit prices where applicable
and total tender prices of the services it proposes to provide under the contract 292 Prices indicated on the Price Schedule shall be the cost of the services quoted
including all customs duties and VAT and other taxes payable 293 Prices quoted by the tenderer shall remain fixed during the term of the contract
unless otherwise agreed by the parties Atender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected pursuant to paragraph
Page 7 of 50
294 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)
295 Where contract price variation is allowed the variation shall not exceed
25 of the original contract price 296 Price variation requests shall be processed by the Authority within 30 days of
receiving the request 210 Tender Currencies
2101 Prices shall be quoted in Kenya Shillings unless otherwise specified in the
appendix to in Instructions to Tenderers 211 Tenderers Eligibility and Qualifications
2111 Pursuant to Clause 21 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
2112 The documentary evidence of the tenderers qualifications to perform the contract
if its tender is accepted shall establish to the Authority satisfaction that the tenderer has the financial and technical capability necessary to perform the contract
212 Tender Security 2121 The tenderer shall furnish as part of its tender a tender security for the amount
and form specified in the Invitation to tender 2122 The tender security shall be in the Kshs 10000000
2122 The tender security is required to protect the Authority against the risk of Tendererrsquos conduct which would warrant the securityrsquos forfeiture pursuant to paragraph
2123 The tender security shall be denominated in a Kenya Shillings or in another freely
convertible currency and shall be in the form of a) A bank guarantee b) Such insurance guarantee approved by the Public Procurement Oversight
Authority 2124 Any tender not secured in accordance with paragraph 2121 and 2123 will be
rejected by the Authority as non-responsive pursuant to paragraph 220
Page 8 of 50
2125 Unsuccessful tendererrsquos 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 Authority
2126 The successful tendererrsquos tender security will be discharged upon the tenderer
signing the contract pursuant to paragraph 229 and furnishing the performance security pursuant to paragraph 230
2127 The tender security may be forfeited
(a) If a tenderer withdraws its tender during the period of tender validity specified
by the Authority on the Tender Form or
b) In the case of a successful tenderer ifthe tenderer fails (i) To sign the contract in accordance with paragraph 30 (ii) To furnish performance security in accordance with paragraph 31
(c) If the tenderer rejects correction of an error in the tender
213 Validity of Tenders 2131 Tenders shall remain valid for Ninety (90) days or as specified in the invitation
to tender after date of tender opening prescribed by the Authority pursuant to paragraph 218 A tender valid for a shorter period shall be rejected by the Authority as nonresponsive
2132 In exceptional circumstances the Authority may solicit the Tendererrsquos 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 212 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
214 Format and Signing of Tender
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY OF TENDERrdquo as appropriate In the event of any discrepancy between them the original shall govern
2142 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 All pages of the tender except for un-amended printed literature shall be initialed by the person or persons signing the tender
Page 9 of 50
2143 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
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall
(a) be addressed to the Authority at the address given in the invitation to tender
(b) bear tender number and name in the invitation to tender and the words ldquoDO NOT
OPEN BEFORE 14th November 2018 at 1130 am 2153 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 ldquolaterdquo 2154 If the outer envelope is not sealed and marked as required by
paragraph 2152 the Authority will assume no responsibility for the tenderrsquos misplacement or premature opening
216 Deadline for Submission of Tenders
2161 Tenders must be received by the Authority at the address specified under paragraph 2152 no later 14th November 2018 at 1130 am 2162 The Authority 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 Authority and candidates previously subject to the deadline will thereafter be subject to the deadline as extended
217 Modification and withdrawal of tenders 2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission
provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
2172 The Tendererrsquos modification or withdrawal notice shall be prepared sealed
marked and dispatched in accordance with the provisions of paragraph 215 A withdrawal notice may also be sent by email but followed by a signed confirmation copy postmarked not later than the deadline for submission of tenders
2173 No tender may be modified after the deadline for submission of tenders
Page 10 of 50
2174 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 Tendererrsquos forfeiture of its tender security pursuant to paragraph 2127
2175 The Authority may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2176 The Authorityshall 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
218 Opening of Tenders 2181 The Procuring entity will open all tenders in the presence of
tenderersrsquo representatives who choose to attend at 14th November 2018 at 1130 amand in the location specified in the invitation to tender The tenderersrsquo representatives who are present shall sign a register evidencing their attendance
2183 The tenderersrsquo names tender modifications or withdrawals tender prices
discounts and the presence or absence of requisite tender security and such other details as the Authority at its discretion may consider appropriate will be announced at the opening
2184 The Authority will prepare minutes of the tender opening which will be submitted
to the tenderers that signed the tender opening register and will have made the request
219 Clarification of tenders 2191 To assist in the examination evaluation and comparison of tenders the
Authority 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 shall be sought offered or permitted
2192 Any effort by the tenderer to influence the Authority in the Authority tender
evaluation tender comparison or contract award decisions may result in the rejection of the tenderers tender
220 Preliminary Examination and Responsiveness 2201 The Authority will examine the tenders to determine whether they are complete
whether any computational errors have been made whether required securities have been furnished whether the documents have been properly signed and whether the tenders are generally in order
Page 11 of 50
2202 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the candidate does not accept the correction of the errors its tender will be rejected and its tender security may be forfeited If there is a discrepancy between words and figures the amount in words will prevail
2203 The Authority may waive any minor informality or nonconformity 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
2204 Prior to the detailed evaluation pursuant to paragraph 23 the Authority 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 Authority determination of a tenderrsquos responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
2205 If a tender is not substantially responsive it will be rejected by the Authority and
may not subsequently be made responsive by the tenderer by correction of the nonconformity
221 Conversion to a single currency
2211 Where other currencies are used the Authority will convert those currencies to
Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya
222 Evaluation and comparison of tenders
2221 The Authority will evaluate and compare the tenders which have been determined
to be substantially responsive pursuant to paragraph 220 2222 The comparison shall be of the price including all costs as well as duties and taxes
payable on all the materials to be used in the provision of the services 2223 The Authority evaluation of a tender will take into account in addition to the
tender price the following factors in the manner and to the extent indicated in paragraph 2224 and in the technical specifications
(a) Operational plan proposed in the tender
(b) Deviations in payment schedule from that specified in the Special Conditions of
Contract
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 3 of 50
SECTION I - INVITATION TO TENDER
Agriculture and Food Authority invites sealed Tenders from interested and eligible bidders
as listed below
OPEN NATIONAL TENDERS (ONT)
NO
Tender Ref No Tender Name
Eligibility
Closing Date
1
AFAT082018-2019
Provision of
Internet Services
Open
National
Tender
Wednesday
14th November
2018 at 1130
am
A complete set of tender documents containing detailed information may be downloaded
from tendersgoke or Agriculture and Food Authority website wwwafagoke
free of charge Bidders who download the tender document are advised to email their
contact address using the email tendersafagokebefore the tender closing date
Prices quoted should be inclusive of all taxes and delivery costs and must be expressed in
Kenya shillings and shall remain valid for a period of 120 days from the closing date of
the tender
Completed tender documents are to be enclosed in plain sealed envelopes marked with
the tender number and tender name and be deposited in the Tender Box located at
the reception - Tea House or Addressed to
The Director General Agriculture and Food Authority
Tea House Naivasha Road off Ngong Road P O Box 37962 - 00100
NAIROBI
so as to be received on or before (Wednesday 14th November 2018 at 1130 am
Local Time) Tenders will be opened immediately thereafter in the presence of the
candidatesrsquo representatives who choose to attend at the Agriculture and Food Authority
Tea House Ground floor room 1
For further inquiries please call 254 20 3872421 3872497 3874456
Cell 254 722 200556 or 254 734 600994 emailinfoafagoke or tendersafagoke
FOR DIRECTOR GENERAL
Page 4 of 50
SECTION II INSTRUCTION TO TENDERERS
21 Eligible tenderers
211 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
212 The Authority 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
213 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 Authority 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
214 Tenderers involved in corrupt or fraudulent practices or debarred from
participating in public procurement shall not be eligible
22 Cost of tendering
221 The Tenderer shall bear all costs associated with the preparation and submission
of its tender and the Authority will in no case be responsible or liable for those costs regardless of the conduct or outcome of the tendering process
222 The price to be charged for the tender document shall not exceed
Kshs1 000= Where the tenderers download documents from Agriculture and
Food Authority website there shall be no cost
223 The Authority shall allow the tenderer to review the tender document free of
charge before purchase
Page 5 of 50
24 The Tender documents
241 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 v Details of service vi Form of tender vii Price schedules viii Contract form ix Confidential business
questionnaire form x Tender security form xi Performance security form
242 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
24 Clarification of Documents 241 A prospective candidate making inquiries of the tender document may notify the
Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority 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 documentsrdquo
242 The Authority 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
25 Amendment of documents 251 At any time prior to the deadline for submission of tenders the Authority 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
252 All prospective tenderers who have obtained the tender documents will be notified of the amendment by email and such amendment will be binding on them
Page 6 of 50
253 In order to allow prospective tenderers reasonable time in which to take the
amendment into account in preparing their tenders the Authority at its discretion may extend the deadline for the submission of tenders
26 Language of tender
261 The tender prepared by the tenderer as well as all correspondence and
documents relating to the tender exchanged by the tenderer and the Authority shall be written in English language 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
27 Documents Comprising the Tender
The tender prepared by the tenderer shall comprise the following Components
(a) A Tender Form and a Price Schedule completed in accordance with paragraph 9 10 and 11 below
(b) Documentary evidence established in accordance with Clause 211 that the
tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted
(c) Tender security furnished is in accordance with Clause 212
(d) Confidential business questionnaire
28 Form of Tender 281 The tenderers shall complete the Form of Tender and the appropriate Price
Schedule furnished in the tender documents indicating the services to be performed
29 Tender Prices
291 The tenderer shall indicate on the Price schedule the unit prices where applicable
and total tender prices of the services it proposes to provide under the contract 292 Prices indicated on the Price Schedule shall be the cost of the services quoted
including all customs duties and VAT and other taxes payable 293 Prices quoted by the tenderer shall remain fixed during the term of the contract
unless otherwise agreed by the parties Atender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected pursuant to paragraph
Page 7 of 50
294 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)
295 Where contract price variation is allowed the variation shall not exceed
25 of the original contract price 296 Price variation requests shall be processed by the Authority within 30 days of
receiving the request 210 Tender Currencies
2101 Prices shall be quoted in Kenya Shillings unless otherwise specified in the
appendix to in Instructions to Tenderers 211 Tenderers Eligibility and Qualifications
2111 Pursuant to Clause 21 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
2112 The documentary evidence of the tenderers qualifications to perform the contract
if its tender is accepted shall establish to the Authority satisfaction that the tenderer has the financial and technical capability necessary to perform the contract
212 Tender Security 2121 The tenderer shall furnish as part of its tender a tender security for the amount
and form specified in the Invitation to tender 2122 The tender security shall be in the Kshs 10000000
2122 The tender security is required to protect the Authority against the risk of Tendererrsquos conduct which would warrant the securityrsquos forfeiture pursuant to paragraph
2123 The tender security shall be denominated in a Kenya Shillings or in another freely
convertible currency and shall be in the form of a) A bank guarantee b) Such insurance guarantee approved by the Public Procurement Oversight
Authority 2124 Any tender not secured in accordance with paragraph 2121 and 2123 will be
rejected by the Authority as non-responsive pursuant to paragraph 220
Page 8 of 50
2125 Unsuccessful tendererrsquos 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 Authority
2126 The successful tendererrsquos tender security will be discharged upon the tenderer
signing the contract pursuant to paragraph 229 and furnishing the performance security pursuant to paragraph 230
2127 The tender security may be forfeited
(a) If a tenderer withdraws its tender during the period of tender validity specified
by the Authority on the Tender Form or
b) In the case of a successful tenderer ifthe tenderer fails (i) To sign the contract in accordance with paragraph 30 (ii) To furnish performance security in accordance with paragraph 31
(c) If the tenderer rejects correction of an error in the tender
213 Validity of Tenders 2131 Tenders shall remain valid for Ninety (90) days or as specified in the invitation
to tender after date of tender opening prescribed by the Authority pursuant to paragraph 218 A tender valid for a shorter period shall be rejected by the Authority as nonresponsive
2132 In exceptional circumstances the Authority may solicit the Tendererrsquos 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 212 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
214 Format and Signing of Tender
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY OF TENDERrdquo as appropriate In the event of any discrepancy between them the original shall govern
2142 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 All pages of the tender except for un-amended printed literature shall be initialed by the person or persons signing the tender
Page 9 of 50
2143 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
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall
(a) be addressed to the Authority at the address given in the invitation to tender
(b) bear tender number and name in the invitation to tender and the words ldquoDO NOT
OPEN BEFORE 14th November 2018 at 1130 am 2153 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 ldquolaterdquo 2154 If the outer envelope is not sealed and marked as required by
paragraph 2152 the Authority will assume no responsibility for the tenderrsquos misplacement or premature opening
216 Deadline for Submission of Tenders
2161 Tenders must be received by the Authority at the address specified under paragraph 2152 no later 14th November 2018 at 1130 am 2162 The Authority 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 Authority and candidates previously subject to the deadline will thereafter be subject to the deadline as extended
217 Modification and withdrawal of tenders 2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission
provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
2172 The Tendererrsquos modification or withdrawal notice shall be prepared sealed
marked and dispatched in accordance with the provisions of paragraph 215 A withdrawal notice may also be sent by email but followed by a signed confirmation copy postmarked not later than the deadline for submission of tenders
2173 No tender may be modified after the deadline for submission of tenders
Page 10 of 50
2174 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 Tendererrsquos forfeiture of its tender security pursuant to paragraph 2127
2175 The Authority may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2176 The Authorityshall 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
218 Opening of Tenders 2181 The Procuring entity will open all tenders in the presence of
tenderersrsquo representatives who choose to attend at 14th November 2018 at 1130 amand in the location specified in the invitation to tender The tenderersrsquo representatives who are present shall sign a register evidencing their attendance
2183 The tenderersrsquo names tender modifications or withdrawals tender prices
discounts and the presence or absence of requisite tender security and such other details as the Authority at its discretion may consider appropriate will be announced at the opening
2184 The Authority will prepare minutes of the tender opening which will be submitted
to the tenderers that signed the tender opening register and will have made the request
219 Clarification of tenders 2191 To assist in the examination evaluation and comparison of tenders the
Authority 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 shall be sought offered or permitted
2192 Any effort by the tenderer to influence the Authority in the Authority tender
evaluation tender comparison or contract award decisions may result in the rejection of the tenderers tender
220 Preliminary Examination and Responsiveness 2201 The Authority will examine the tenders to determine whether they are complete
whether any computational errors have been made whether required securities have been furnished whether the documents have been properly signed and whether the tenders are generally in order
Page 11 of 50
2202 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the candidate does not accept the correction of the errors its tender will be rejected and its tender security may be forfeited If there is a discrepancy between words and figures the amount in words will prevail
2203 The Authority may waive any minor informality or nonconformity 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
2204 Prior to the detailed evaluation pursuant to paragraph 23 the Authority 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 Authority determination of a tenderrsquos responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
2205 If a tender is not substantially responsive it will be rejected by the Authority and
may not subsequently be made responsive by the tenderer by correction of the nonconformity
221 Conversion to a single currency
2211 Where other currencies are used the Authority will convert those currencies to
Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya
222 Evaluation and comparison of tenders
2221 The Authority will evaluate and compare the tenders which have been determined
to be substantially responsive pursuant to paragraph 220 2222 The comparison shall be of the price including all costs as well as duties and taxes
payable on all the materials to be used in the provision of the services 2223 The Authority evaluation of a tender will take into account in addition to the
tender price the following factors in the manner and to the extent indicated in paragraph 2224 and in the technical specifications
(a) Operational plan proposed in the tender
(b) Deviations in payment schedule from that specified in the Special Conditions of
Contract
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 4 of 50
SECTION II INSTRUCTION TO TENDERERS
21 Eligible tenderers
211 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
212 The Authority 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
213 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 Authority 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
214 Tenderers involved in corrupt or fraudulent practices or debarred from
participating in public procurement shall not be eligible
22 Cost of tendering
221 The Tenderer shall bear all costs associated with the preparation and submission
of its tender and the Authority will in no case be responsible or liable for those costs regardless of the conduct or outcome of the tendering process
222 The price to be charged for the tender document shall not exceed
Kshs1 000= Where the tenderers download documents from Agriculture and
Food Authority website there shall be no cost
223 The Authority shall allow the tenderer to review the tender document free of
charge before purchase
Page 5 of 50
24 The Tender documents
241 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 v Details of service vi Form of tender vii Price schedules viii Contract form ix Confidential business
questionnaire form x Tender security form xi Performance security form
242 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
24 Clarification of Documents 241 A prospective candidate making inquiries of the tender document may notify the
Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority 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 documentsrdquo
242 The Authority 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
25 Amendment of documents 251 At any time prior to the deadline for submission of tenders the Authority 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
252 All prospective tenderers who have obtained the tender documents will be notified of the amendment by email and such amendment will be binding on them
Page 6 of 50
253 In order to allow prospective tenderers reasonable time in which to take the
amendment into account in preparing their tenders the Authority at its discretion may extend the deadline for the submission of tenders
26 Language of tender
261 The tender prepared by the tenderer as well as all correspondence and
documents relating to the tender exchanged by the tenderer and the Authority shall be written in English language 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
27 Documents Comprising the Tender
The tender prepared by the tenderer shall comprise the following Components
(a) A Tender Form and a Price Schedule completed in accordance with paragraph 9 10 and 11 below
(b) Documentary evidence established in accordance with Clause 211 that the
tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted
(c) Tender security furnished is in accordance with Clause 212
(d) Confidential business questionnaire
28 Form of Tender 281 The tenderers shall complete the Form of Tender and the appropriate Price
Schedule furnished in the tender documents indicating the services to be performed
29 Tender Prices
291 The tenderer shall indicate on the Price schedule the unit prices where applicable
and total tender prices of the services it proposes to provide under the contract 292 Prices indicated on the Price Schedule shall be the cost of the services quoted
including all customs duties and VAT and other taxes payable 293 Prices quoted by the tenderer shall remain fixed during the term of the contract
unless otherwise agreed by the parties Atender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected pursuant to paragraph
Page 7 of 50
294 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)
295 Where contract price variation is allowed the variation shall not exceed
25 of the original contract price 296 Price variation requests shall be processed by the Authority within 30 days of
receiving the request 210 Tender Currencies
2101 Prices shall be quoted in Kenya Shillings unless otherwise specified in the
appendix to in Instructions to Tenderers 211 Tenderers Eligibility and Qualifications
2111 Pursuant to Clause 21 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
2112 The documentary evidence of the tenderers qualifications to perform the contract
if its tender is accepted shall establish to the Authority satisfaction that the tenderer has the financial and technical capability necessary to perform the contract
212 Tender Security 2121 The tenderer shall furnish as part of its tender a tender security for the amount
and form specified in the Invitation to tender 2122 The tender security shall be in the Kshs 10000000
2122 The tender security is required to protect the Authority against the risk of Tendererrsquos conduct which would warrant the securityrsquos forfeiture pursuant to paragraph
2123 The tender security shall be denominated in a Kenya Shillings or in another freely
convertible currency and shall be in the form of a) A bank guarantee b) Such insurance guarantee approved by the Public Procurement Oversight
Authority 2124 Any tender not secured in accordance with paragraph 2121 and 2123 will be
rejected by the Authority as non-responsive pursuant to paragraph 220
Page 8 of 50
2125 Unsuccessful tendererrsquos 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 Authority
2126 The successful tendererrsquos tender security will be discharged upon the tenderer
signing the contract pursuant to paragraph 229 and furnishing the performance security pursuant to paragraph 230
2127 The tender security may be forfeited
(a) If a tenderer withdraws its tender during the period of tender validity specified
by the Authority on the Tender Form or
b) In the case of a successful tenderer ifthe tenderer fails (i) To sign the contract in accordance with paragraph 30 (ii) To furnish performance security in accordance with paragraph 31
(c) If the tenderer rejects correction of an error in the tender
213 Validity of Tenders 2131 Tenders shall remain valid for Ninety (90) days or as specified in the invitation
to tender after date of tender opening prescribed by the Authority pursuant to paragraph 218 A tender valid for a shorter period shall be rejected by the Authority as nonresponsive
2132 In exceptional circumstances the Authority may solicit the Tendererrsquos 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 212 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
214 Format and Signing of Tender
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY OF TENDERrdquo as appropriate In the event of any discrepancy between them the original shall govern
2142 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 All pages of the tender except for un-amended printed literature shall be initialed by the person or persons signing the tender
Page 9 of 50
2143 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
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall
(a) be addressed to the Authority at the address given in the invitation to tender
(b) bear tender number and name in the invitation to tender and the words ldquoDO NOT
OPEN BEFORE 14th November 2018 at 1130 am 2153 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 ldquolaterdquo 2154 If the outer envelope is not sealed and marked as required by
paragraph 2152 the Authority will assume no responsibility for the tenderrsquos misplacement or premature opening
216 Deadline for Submission of Tenders
2161 Tenders must be received by the Authority at the address specified under paragraph 2152 no later 14th November 2018 at 1130 am 2162 The Authority 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 Authority and candidates previously subject to the deadline will thereafter be subject to the deadline as extended
217 Modification and withdrawal of tenders 2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission
provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
2172 The Tendererrsquos modification or withdrawal notice shall be prepared sealed
marked and dispatched in accordance with the provisions of paragraph 215 A withdrawal notice may also be sent by email but followed by a signed confirmation copy postmarked not later than the deadline for submission of tenders
2173 No tender may be modified after the deadline for submission of tenders
Page 10 of 50
2174 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 Tendererrsquos forfeiture of its tender security pursuant to paragraph 2127
2175 The Authority may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2176 The Authorityshall 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
218 Opening of Tenders 2181 The Procuring entity will open all tenders in the presence of
tenderersrsquo representatives who choose to attend at 14th November 2018 at 1130 amand in the location specified in the invitation to tender The tenderersrsquo representatives who are present shall sign a register evidencing their attendance
2183 The tenderersrsquo names tender modifications or withdrawals tender prices
discounts and the presence or absence of requisite tender security and such other details as the Authority at its discretion may consider appropriate will be announced at the opening
2184 The Authority will prepare minutes of the tender opening which will be submitted
to the tenderers that signed the tender opening register and will have made the request
219 Clarification of tenders 2191 To assist in the examination evaluation and comparison of tenders the
Authority 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 shall be sought offered or permitted
2192 Any effort by the tenderer to influence the Authority in the Authority tender
evaluation tender comparison or contract award decisions may result in the rejection of the tenderers tender
220 Preliminary Examination and Responsiveness 2201 The Authority will examine the tenders to determine whether they are complete
whether any computational errors have been made whether required securities have been furnished whether the documents have been properly signed and whether the tenders are generally in order
Page 11 of 50
2202 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the candidate does not accept the correction of the errors its tender will be rejected and its tender security may be forfeited If there is a discrepancy between words and figures the amount in words will prevail
2203 The Authority may waive any minor informality or nonconformity 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
2204 Prior to the detailed evaluation pursuant to paragraph 23 the Authority 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 Authority determination of a tenderrsquos responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
2205 If a tender is not substantially responsive it will be rejected by the Authority and
may not subsequently be made responsive by the tenderer by correction of the nonconformity
221 Conversion to a single currency
2211 Where other currencies are used the Authority will convert those currencies to
Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya
222 Evaluation and comparison of tenders
2221 The Authority will evaluate and compare the tenders which have been determined
to be substantially responsive pursuant to paragraph 220 2222 The comparison shall be of the price including all costs as well as duties and taxes
payable on all the materials to be used in the provision of the services 2223 The Authority evaluation of a tender will take into account in addition to the
tender price the following factors in the manner and to the extent indicated in paragraph 2224 and in the technical specifications
(a) Operational plan proposed in the tender
(b) Deviations in payment schedule from that specified in the Special Conditions of
Contract
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 5 of 50
24 The Tender documents
241 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 v Details of service vi Form of tender vii Price schedules viii Contract form ix Confidential business
questionnaire form x Tender security form xi Performance security form
242 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
24 Clarification of Documents 241 A prospective candidate making inquiries of the tender document may notify the
Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority 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 documentsrdquo
242 The Authority 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
25 Amendment of documents 251 At any time prior to the deadline for submission of tenders the Authority 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
252 All prospective tenderers who have obtained the tender documents will be notified of the amendment by email and such amendment will be binding on them
Page 6 of 50
253 In order to allow prospective tenderers reasonable time in which to take the
amendment into account in preparing their tenders the Authority at its discretion may extend the deadline for the submission of tenders
26 Language of tender
261 The tender prepared by the tenderer as well as all correspondence and
documents relating to the tender exchanged by the tenderer and the Authority shall be written in English language 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
27 Documents Comprising the Tender
The tender prepared by the tenderer shall comprise the following Components
(a) A Tender Form and a Price Schedule completed in accordance with paragraph 9 10 and 11 below
(b) Documentary evidence established in accordance with Clause 211 that the
tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted
(c) Tender security furnished is in accordance with Clause 212
(d) Confidential business questionnaire
28 Form of Tender 281 The tenderers shall complete the Form of Tender and the appropriate Price
Schedule furnished in the tender documents indicating the services to be performed
29 Tender Prices
291 The tenderer shall indicate on the Price schedule the unit prices where applicable
and total tender prices of the services it proposes to provide under the contract 292 Prices indicated on the Price Schedule shall be the cost of the services quoted
including all customs duties and VAT and other taxes payable 293 Prices quoted by the tenderer shall remain fixed during the term of the contract
unless otherwise agreed by the parties Atender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected pursuant to paragraph
Page 7 of 50
294 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)
295 Where contract price variation is allowed the variation shall not exceed
25 of the original contract price 296 Price variation requests shall be processed by the Authority within 30 days of
receiving the request 210 Tender Currencies
2101 Prices shall be quoted in Kenya Shillings unless otherwise specified in the
appendix to in Instructions to Tenderers 211 Tenderers Eligibility and Qualifications
2111 Pursuant to Clause 21 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
2112 The documentary evidence of the tenderers qualifications to perform the contract
if its tender is accepted shall establish to the Authority satisfaction that the tenderer has the financial and technical capability necessary to perform the contract
212 Tender Security 2121 The tenderer shall furnish as part of its tender a tender security for the amount
and form specified in the Invitation to tender 2122 The tender security shall be in the Kshs 10000000
2122 The tender security is required to protect the Authority against the risk of Tendererrsquos conduct which would warrant the securityrsquos forfeiture pursuant to paragraph
2123 The tender security shall be denominated in a Kenya Shillings or in another freely
convertible currency and shall be in the form of a) A bank guarantee b) Such insurance guarantee approved by the Public Procurement Oversight
Authority 2124 Any tender not secured in accordance with paragraph 2121 and 2123 will be
rejected by the Authority as non-responsive pursuant to paragraph 220
Page 8 of 50
2125 Unsuccessful tendererrsquos 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 Authority
2126 The successful tendererrsquos tender security will be discharged upon the tenderer
signing the contract pursuant to paragraph 229 and furnishing the performance security pursuant to paragraph 230
2127 The tender security may be forfeited
(a) If a tenderer withdraws its tender during the period of tender validity specified
by the Authority on the Tender Form or
b) In the case of a successful tenderer ifthe tenderer fails (i) To sign the contract in accordance with paragraph 30 (ii) To furnish performance security in accordance with paragraph 31
(c) If the tenderer rejects correction of an error in the tender
213 Validity of Tenders 2131 Tenders shall remain valid for Ninety (90) days or as specified in the invitation
to tender after date of tender opening prescribed by the Authority pursuant to paragraph 218 A tender valid for a shorter period shall be rejected by the Authority as nonresponsive
2132 In exceptional circumstances the Authority may solicit the Tendererrsquos 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 212 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
214 Format and Signing of Tender
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY OF TENDERrdquo as appropriate In the event of any discrepancy between them the original shall govern
2142 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 All pages of the tender except for un-amended printed literature shall be initialed by the person or persons signing the tender
Page 9 of 50
2143 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
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall
(a) be addressed to the Authority at the address given in the invitation to tender
(b) bear tender number and name in the invitation to tender and the words ldquoDO NOT
OPEN BEFORE 14th November 2018 at 1130 am 2153 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 ldquolaterdquo 2154 If the outer envelope is not sealed and marked as required by
paragraph 2152 the Authority will assume no responsibility for the tenderrsquos misplacement or premature opening
216 Deadline for Submission of Tenders
2161 Tenders must be received by the Authority at the address specified under paragraph 2152 no later 14th November 2018 at 1130 am 2162 The Authority 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 Authority and candidates previously subject to the deadline will thereafter be subject to the deadline as extended
217 Modification and withdrawal of tenders 2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission
provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
2172 The Tendererrsquos modification or withdrawal notice shall be prepared sealed
marked and dispatched in accordance with the provisions of paragraph 215 A withdrawal notice may also be sent by email but followed by a signed confirmation copy postmarked not later than the deadline for submission of tenders
2173 No tender may be modified after the deadline for submission of tenders
Page 10 of 50
2174 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 Tendererrsquos forfeiture of its tender security pursuant to paragraph 2127
2175 The Authority may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2176 The Authorityshall 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
218 Opening of Tenders 2181 The Procuring entity will open all tenders in the presence of
tenderersrsquo representatives who choose to attend at 14th November 2018 at 1130 amand in the location specified in the invitation to tender The tenderersrsquo representatives who are present shall sign a register evidencing their attendance
2183 The tenderersrsquo names tender modifications or withdrawals tender prices
discounts and the presence or absence of requisite tender security and such other details as the Authority at its discretion may consider appropriate will be announced at the opening
2184 The Authority will prepare minutes of the tender opening which will be submitted
to the tenderers that signed the tender opening register and will have made the request
219 Clarification of tenders 2191 To assist in the examination evaluation and comparison of tenders the
Authority 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 shall be sought offered or permitted
2192 Any effort by the tenderer to influence the Authority in the Authority tender
evaluation tender comparison or contract award decisions may result in the rejection of the tenderers tender
220 Preliminary Examination and Responsiveness 2201 The Authority will examine the tenders to determine whether they are complete
whether any computational errors have been made whether required securities have been furnished whether the documents have been properly signed and whether the tenders are generally in order
Page 11 of 50
2202 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the candidate does not accept the correction of the errors its tender will be rejected and its tender security may be forfeited If there is a discrepancy between words and figures the amount in words will prevail
2203 The Authority may waive any minor informality or nonconformity 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
2204 Prior to the detailed evaluation pursuant to paragraph 23 the Authority 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 Authority determination of a tenderrsquos responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
2205 If a tender is not substantially responsive it will be rejected by the Authority and
may not subsequently be made responsive by the tenderer by correction of the nonconformity
221 Conversion to a single currency
2211 Where other currencies are used the Authority will convert those currencies to
Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya
222 Evaluation and comparison of tenders
2221 The Authority will evaluate and compare the tenders which have been determined
to be substantially responsive pursuant to paragraph 220 2222 The comparison shall be of the price including all costs as well as duties and taxes
payable on all the materials to be used in the provision of the services 2223 The Authority evaluation of a tender will take into account in addition to the
tender price the following factors in the manner and to the extent indicated in paragraph 2224 and in the technical specifications
(a) Operational plan proposed in the tender
(b) Deviations in payment schedule from that specified in the Special Conditions of
Contract
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 6 of 50
253 In order to allow prospective tenderers reasonable time in which to take the
amendment into account in preparing their tenders the Authority at its discretion may extend the deadline for the submission of tenders
26 Language of tender
261 The tender prepared by the tenderer as well as all correspondence and
documents relating to the tender exchanged by the tenderer and the Authority shall be written in English language 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
27 Documents Comprising the Tender
The tender prepared by the tenderer shall comprise the following Components
(a) A Tender Form and a Price Schedule completed in accordance with paragraph 9 10 and 11 below
(b) Documentary evidence established in accordance with Clause 211 that the
tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted
(c) Tender security furnished is in accordance with Clause 212
(d) Confidential business questionnaire
28 Form of Tender 281 The tenderers shall complete the Form of Tender and the appropriate Price
Schedule furnished in the tender documents indicating the services to be performed
29 Tender Prices
291 The tenderer shall indicate on the Price schedule the unit prices where applicable
and total tender prices of the services it proposes to provide under the contract 292 Prices indicated on the Price Schedule shall be the cost of the services quoted
including all customs duties and VAT and other taxes payable 293 Prices quoted by the tenderer shall remain fixed during the term of the contract
unless otherwise agreed by the parties Atender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected pursuant to paragraph
Page 7 of 50
294 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)
295 Where contract price variation is allowed the variation shall not exceed
25 of the original contract price 296 Price variation requests shall be processed by the Authority within 30 days of
receiving the request 210 Tender Currencies
2101 Prices shall be quoted in Kenya Shillings unless otherwise specified in the
appendix to in Instructions to Tenderers 211 Tenderers Eligibility and Qualifications
2111 Pursuant to Clause 21 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
2112 The documentary evidence of the tenderers qualifications to perform the contract
if its tender is accepted shall establish to the Authority satisfaction that the tenderer has the financial and technical capability necessary to perform the contract
212 Tender Security 2121 The tenderer shall furnish as part of its tender a tender security for the amount
and form specified in the Invitation to tender 2122 The tender security shall be in the Kshs 10000000
2122 The tender security is required to protect the Authority against the risk of Tendererrsquos conduct which would warrant the securityrsquos forfeiture pursuant to paragraph
2123 The tender security shall be denominated in a Kenya Shillings or in another freely
convertible currency and shall be in the form of a) A bank guarantee b) Such insurance guarantee approved by the Public Procurement Oversight
Authority 2124 Any tender not secured in accordance with paragraph 2121 and 2123 will be
rejected by the Authority as non-responsive pursuant to paragraph 220
Page 8 of 50
2125 Unsuccessful tendererrsquos 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 Authority
2126 The successful tendererrsquos tender security will be discharged upon the tenderer
signing the contract pursuant to paragraph 229 and furnishing the performance security pursuant to paragraph 230
2127 The tender security may be forfeited
(a) If a tenderer withdraws its tender during the period of tender validity specified
by the Authority on the Tender Form or
b) In the case of a successful tenderer ifthe tenderer fails (i) To sign the contract in accordance with paragraph 30 (ii) To furnish performance security in accordance with paragraph 31
(c) If the tenderer rejects correction of an error in the tender
213 Validity of Tenders 2131 Tenders shall remain valid for Ninety (90) days or as specified in the invitation
to tender after date of tender opening prescribed by the Authority pursuant to paragraph 218 A tender valid for a shorter period shall be rejected by the Authority as nonresponsive
2132 In exceptional circumstances the Authority may solicit the Tendererrsquos 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 212 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
214 Format and Signing of Tender
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY OF TENDERrdquo as appropriate In the event of any discrepancy between them the original shall govern
2142 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 All pages of the tender except for un-amended printed literature shall be initialed by the person or persons signing the tender
Page 9 of 50
2143 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
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall
(a) be addressed to the Authority at the address given in the invitation to tender
(b) bear tender number and name in the invitation to tender and the words ldquoDO NOT
OPEN BEFORE 14th November 2018 at 1130 am 2153 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 ldquolaterdquo 2154 If the outer envelope is not sealed and marked as required by
paragraph 2152 the Authority will assume no responsibility for the tenderrsquos misplacement or premature opening
216 Deadline for Submission of Tenders
2161 Tenders must be received by the Authority at the address specified under paragraph 2152 no later 14th November 2018 at 1130 am 2162 The Authority 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 Authority and candidates previously subject to the deadline will thereafter be subject to the deadline as extended
217 Modification and withdrawal of tenders 2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission
provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
2172 The Tendererrsquos modification or withdrawal notice shall be prepared sealed
marked and dispatched in accordance with the provisions of paragraph 215 A withdrawal notice may also be sent by email but followed by a signed confirmation copy postmarked not later than the deadline for submission of tenders
2173 No tender may be modified after the deadline for submission of tenders
Page 10 of 50
2174 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 Tendererrsquos forfeiture of its tender security pursuant to paragraph 2127
2175 The Authority may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2176 The Authorityshall 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
218 Opening of Tenders 2181 The Procuring entity will open all tenders in the presence of
tenderersrsquo representatives who choose to attend at 14th November 2018 at 1130 amand in the location specified in the invitation to tender The tenderersrsquo representatives who are present shall sign a register evidencing their attendance
2183 The tenderersrsquo names tender modifications or withdrawals tender prices
discounts and the presence or absence of requisite tender security and such other details as the Authority at its discretion may consider appropriate will be announced at the opening
2184 The Authority will prepare minutes of the tender opening which will be submitted
to the tenderers that signed the tender opening register and will have made the request
219 Clarification of tenders 2191 To assist in the examination evaluation and comparison of tenders the
Authority 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 shall be sought offered or permitted
2192 Any effort by the tenderer to influence the Authority in the Authority tender
evaluation tender comparison or contract award decisions may result in the rejection of the tenderers tender
220 Preliminary Examination and Responsiveness 2201 The Authority will examine the tenders to determine whether they are complete
whether any computational errors have been made whether required securities have been furnished whether the documents have been properly signed and whether the tenders are generally in order
Page 11 of 50
2202 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the candidate does not accept the correction of the errors its tender will be rejected and its tender security may be forfeited If there is a discrepancy between words and figures the amount in words will prevail
2203 The Authority may waive any minor informality or nonconformity 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
2204 Prior to the detailed evaluation pursuant to paragraph 23 the Authority 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 Authority determination of a tenderrsquos responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
2205 If a tender is not substantially responsive it will be rejected by the Authority and
may not subsequently be made responsive by the tenderer by correction of the nonconformity
221 Conversion to a single currency
2211 Where other currencies are used the Authority will convert those currencies to
Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya
222 Evaluation and comparison of tenders
2221 The Authority will evaluate and compare the tenders which have been determined
to be substantially responsive pursuant to paragraph 220 2222 The comparison shall be of the price including all costs as well as duties and taxes
payable on all the materials to be used in the provision of the services 2223 The Authority evaluation of a tender will take into account in addition to the
tender price the following factors in the manner and to the extent indicated in paragraph 2224 and in the technical specifications
(a) Operational plan proposed in the tender
(b) Deviations in payment schedule from that specified in the Special Conditions of
Contract
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 7 of 50
294 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)
295 Where contract price variation is allowed the variation shall not exceed
25 of the original contract price 296 Price variation requests shall be processed by the Authority within 30 days of
receiving the request 210 Tender Currencies
2101 Prices shall be quoted in Kenya Shillings unless otherwise specified in the
appendix to in Instructions to Tenderers 211 Tenderers Eligibility and Qualifications
2111 Pursuant to Clause 21 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
2112 The documentary evidence of the tenderers qualifications to perform the contract
if its tender is accepted shall establish to the Authority satisfaction that the tenderer has the financial and technical capability necessary to perform the contract
212 Tender Security 2121 The tenderer shall furnish as part of its tender a tender security for the amount
and form specified in the Invitation to tender 2122 The tender security shall be in the Kshs 10000000
2122 The tender security is required to protect the Authority against the risk of Tendererrsquos conduct which would warrant the securityrsquos forfeiture pursuant to paragraph
2123 The tender security shall be denominated in a Kenya Shillings or in another freely
convertible currency and shall be in the form of a) A bank guarantee b) Such insurance guarantee approved by the Public Procurement Oversight
Authority 2124 Any tender not secured in accordance with paragraph 2121 and 2123 will be
rejected by the Authority as non-responsive pursuant to paragraph 220
Page 8 of 50
2125 Unsuccessful tendererrsquos 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 Authority
2126 The successful tendererrsquos tender security will be discharged upon the tenderer
signing the contract pursuant to paragraph 229 and furnishing the performance security pursuant to paragraph 230
2127 The tender security may be forfeited
(a) If a tenderer withdraws its tender during the period of tender validity specified
by the Authority on the Tender Form or
b) In the case of a successful tenderer ifthe tenderer fails (i) To sign the contract in accordance with paragraph 30 (ii) To furnish performance security in accordance with paragraph 31
(c) If the tenderer rejects correction of an error in the tender
213 Validity of Tenders 2131 Tenders shall remain valid for Ninety (90) days or as specified in the invitation
to tender after date of tender opening prescribed by the Authority pursuant to paragraph 218 A tender valid for a shorter period shall be rejected by the Authority as nonresponsive
2132 In exceptional circumstances the Authority may solicit the Tendererrsquos 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 212 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
214 Format and Signing of Tender
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY OF TENDERrdquo as appropriate In the event of any discrepancy between them the original shall govern
2142 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 All pages of the tender except for un-amended printed literature shall be initialed by the person or persons signing the tender
Page 9 of 50
2143 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
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall
(a) be addressed to the Authority at the address given in the invitation to tender
(b) bear tender number and name in the invitation to tender and the words ldquoDO NOT
OPEN BEFORE 14th November 2018 at 1130 am 2153 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 ldquolaterdquo 2154 If the outer envelope is not sealed and marked as required by
paragraph 2152 the Authority will assume no responsibility for the tenderrsquos misplacement or premature opening
216 Deadline for Submission of Tenders
2161 Tenders must be received by the Authority at the address specified under paragraph 2152 no later 14th November 2018 at 1130 am 2162 The Authority 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 Authority and candidates previously subject to the deadline will thereafter be subject to the deadline as extended
217 Modification and withdrawal of tenders 2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission
provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
2172 The Tendererrsquos modification or withdrawal notice shall be prepared sealed
marked and dispatched in accordance with the provisions of paragraph 215 A withdrawal notice may also be sent by email but followed by a signed confirmation copy postmarked not later than the deadline for submission of tenders
2173 No tender may be modified after the deadline for submission of tenders
Page 10 of 50
2174 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 Tendererrsquos forfeiture of its tender security pursuant to paragraph 2127
2175 The Authority may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2176 The Authorityshall 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
218 Opening of Tenders 2181 The Procuring entity will open all tenders in the presence of
tenderersrsquo representatives who choose to attend at 14th November 2018 at 1130 amand in the location specified in the invitation to tender The tenderersrsquo representatives who are present shall sign a register evidencing their attendance
2183 The tenderersrsquo names tender modifications or withdrawals tender prices
discounts and the presence or absence of requisite tender security and such other details as the Authority at its discretion may consider appropriate will be announced at the opening
2184 The Authority will prepare minutes of the tender opening which will be submitted
to the tenderers that signed the tender opening register and will have made the request
219 Clarification of tenders 2191 To assist in the examination evaluation and comparison of tenders the
Authority 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 shall be sought offered or permitted
2192 Any effort by the tenderer to influence the Authority in the Authority tender
evaluation tender comparison or contract award decisions may result in the rejection of the tenderers tender
220 Preliminary Examination and Responsiveness 2201 The Authority will examine the tenders to determine whether they are complete
whether any computational errors have been made whether required securities have been furnished whether the documents have been properly signed and whether the tenders are generally in order
Page 11 of 50
2202 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the candidate does not accept the correction of the errors its tender will be rejected and its tender security may be forfeited If there is a discrepancy between words and figures the amount in words will prevail
2203 The Authority may waive any minor informality or nonconformity 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
2204 Prior to the detailed evaluation pursuant to paragraph 23 the Authority 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 Authority determination of a tenderrsquos responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
2205 If a tender is not substantially responsive it will be rejected by the Authority and
may not subsequently be made responsive by the tenderer by correction of the nonconformity
221 Conversion to a single currency
2211 Where other currencies are used the Authority will convert those currencies to
Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya
222 Evaluation and comparison of tenders
2221 The Authority will evaluate and compare the tenders which have been determined
to be substantially responsive pursuant to paragraph 220 2222 The comparison shall be of the price including all costs as well as duties and taxes
payable on all the materials to be used in the provision of the services 2223 The Authority evaluation of a tender will take into account in addition to the
tender price the following factors in the manner and to the extent indicated in paragraph 2224 and in the technical specifications
(a) Operational plan proposed in the tender
(b) Deviations in payment schedule from that specified in the Special Conditions of
Contract
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 8 of 50
2125 Unsuccessful tendererrsquos 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 Authority
2126 The successful tendererrsquos tender security will be discharged upon the tenderer
signing the contract pursuant to paragraph 229 and furnishing the performance security pursuant to paragraph 230
2127 The tender security may be forfeited
(a) If a tenderer withdraws its tender during the period of tender validity specified
by the Authority on the Tender Form or
b) In the case of a successful tenderer ifthe tenderer fails (i) To sign the contract in accordance with paragraph 30 (ii) To furnish performance security in accordance with paragraph 31
(c) If the tenderer rejects correction of an error in the tender
213 Validity of Tenders 2131 Tenders shall remain valid for Ninety (90) days or as specified in the invitation
to tender after date of tender opening prescribed by the Authority pursuant to paragraph 218 A tender valid for a shorter period shall be rejected by the Authority as nonresponsive
2132 In exceptional circumstances the Authority may solicit the Tendererrsquos 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 212 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
214 Format and Signing of Tender
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY OF TENDERrdquo as appropriate In the event of any discrepancy between them the original shall govern
2142 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 All pages of the tender except for un-amended printed literature shall be initialed by the person or persons signing the tender
Page 9 of 50
2143 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
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall
(a) be addressed to the Authority at the address given in the invitation to tender
(b) bear tender number and name in the invitation to tender and the words ldquoDO NOT
OPEN BEFORE 14th November 2018 at 1130 am 2153 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 ldquolaterdquo 2154 If the outer envelope is not sealed and marked as required by
paragraph 2152 the Authority will assume no responsibility for the tenderrsquos misplacement or premature opening
216 Deadline for Submission of Tenders
2161 Tenders must be received by the Authority at the address specified under paragraph 2152 no later 14th November 2018 at 1130 am 2162 The Authority 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 Authority and candidates previously subject to the deadline will thereafter be subject to the deadline as extended
217 Modification and withdrawal of tenders 2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission
provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
2172 The Tendererrsquos modification or withdrawal notice shall be prepared sealed
marked and dispatched in accordance with the provisions of paragraph 215 A withdrawal notice may also be sent by email but followed by a signed confirmation copy postmarked not later than the deadline for submission of tenders
2173 No tender may be modified after the deadline for submission of tenders
Page 10 of 50
2174 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 Tendererrsquos forfeiture of its tender security pursuant to paragraph 2127
2175 The Authority may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2176 The Authorityshall 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
218 Opening of Tenders 2181 The Procuring entity will open all tenders in the presence of
tenderersrsquo representatives who choose to attend at 14th November 2018 at 1130 amand in the location specified in the invitation to tender The tenderersrsquo representatives who are present shall sign a register evidencing their attendance
2183 The tenderersrsquo names tender modifications or withdrawals tender prices
discounts and the presence or absence of requisite tender security and such other details as the Authority at its discretion may consider appropriate will be announced at the opening
2184 The Authority will prepare minutes of the tender opening which will be submitted
to the tenderers that signed the tender opening register and will have made the request
219 Clarification of tenders 2191 To assist in the examination evaluation and comparison of tenders the
Authority 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 shall be sought offered or permitted
2192 Any effort by the tenderer to influence the Authority in the Authority tender
evaluation tender comparison or contract award decisions may result in the rejection of the tenderers tender
220 Preliminary Examination and Responsiveness 2201 The Authority will examine the tenders to determine whether they are complete
whether any computational errors have been made whether required securities have been furnished whether the documents have been properly signed and whether the tenders are generally in order
Page 11 of 50
2202 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the candidate does not accept the correction of the errors its tender will be rejected and its tender security may be forfeited If there is a discrepancy between words and figures the amount in words will prevail
2203 The Authority may waive any minor informality or nonconformity 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
2204 Prior to the detailed evaluation pursuant to paragraph 23 the Authority 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 Authority determination of a tenderrsquos responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
2205 If a tender is not substantially responsive it will be rejected by the Authority and
may not subsequently be made responsive by the tenderer by correction of the nonconformity
221 Conversion to a single currency
2211 Where other currencies are used the Authority will convert those currencies to
Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya
222 Evaluation and comparison of tenders
2221 The Authority will evaluate and compare the tenders which have been determined
to be substantially responsive pursuant to paragraph 220 2222 The comparison shall be of the price including all costs as well as duties and taxes
payable on all the materials to be used in the provision of the services 2223 The Authority evaluation of a tender will take into account in addition to the
tender price the following factors in the manner and to the extent indicated in paragraph 2224 and in the technical specifications
(a) Operational plan proposed in the tender
(b) Deviations in payment schedule from that specified in the Special Conditions of
Contract
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 9 of 50
2143 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
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall
(a) be addressed to the Authority at the address given in the invitation to tender
(b) bear tender number and name in the invitation to tender and the words ldquoDO NOT
OPEN BEFORE 14th November 2018 at 1130 am 2153 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 ldquolaterdquo 2154 If the outer envelope is not sealed and marked as required by
paragraph 2152 the Authority will assume no responsibility for the tenderrsquos misplacement or premature opening
216 Deadline for Submission of Tenders
2161 Tenders must be received by the Authority at the address specified under paragraph 2152 no later 14th November 2018 at 1130 am 2162 The Authority 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 Authority and candidates previously subject to the deadline will thereafter be subject to the deadline as extended
217 Modification and withdrawal of tenders 2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission
provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
2172 The Tendererrsquos modification or withdrawal notice shall be prepared sealed
marked and dispatched in accordance with the provisions of paragraph 215 A withdrawal notice may also be sent by email but followed by a signed confirmation copy postmarked not later than the deadline for submission of tenders
2173 No tender may be modified after the deadline for submission of tenders
Page 10 of 50
2174 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 Tendererrsquos forfeiture of its tender security pursuant to paragraph 2127
2175 The Authority may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2176 The Authorityshall 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
218 Opening of Tenders 2181 The Procuring entity will open all tenders in the presence of
tenderersrsquo representatives who choose to attend at 14th November 2018 at 1130 amand in the location specified in the invitation to tender The tenderersrsquo representatives who are present shall sign a register evidencing their attendance
2183 The tenderersrsquo names tender modifications or withdrawals tender prices
discounts and the presence or absence of requisite tender security and such other details as the Authority at its discretion may consider appropriate will be announced at the opening
2184 The Authority will prepare minutes of the tender opening which will be submitted
to the tenderers that signed the tender opening register and will have made the request
219 Clarification of tenders 2191 To assist in the examination evaluation and comparison of tenders the
Authority 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 shall be sought offered or permitted
2192 Any effort by the tenderer to influence the Authority in the Authority tender
evaluation tender comparison or contract award decisions may result in the rejection of the tenderers tender
220 Preliminary Examination and Responsiveness 2201 The Authority will examine the tenders to determine whether they are complete
whether any computational errors have been made whether required securities have been furnished whether the documents have been properly signed and whether the tenders are generally in order
Page 11 of 50
2202 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the candidate does not accept the correction of the errors its tender will be rejected and its tender security may be forfeited If there is a discrepancy between words and figures the amount in words will prevail
2203 The Authority may waive any minor informality or nonconformity 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
2204 Prior to the detailed evaluation pursuant to paragraph 23 the Authority 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 Authority determination of a tenderrsquos responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
2205 If a tender is not substantially responsive it will be rejected by the Authority and
may not subsequently be made responsive by the tenderer by correction of the nonconformity
221 Conversion to a single currency
2211 Where other currencies are used the Authority will convert those currencies to
Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya
222 Evaluation and comparison of tenders
2221 The Authority will evaluate and compare the tenders which have been determined
to be substantially responsive pursuant to paragraph 220 2222 The comparison shall be of the price including all costs as well as duties and taxes
payable on all the materials to be used in the provision of the services 2223 The Authority evaluation of a tender will take into account in addition to the
tender price the following factors in the manner and to the extent indicated in paragraph 2224 and in the technical specifications
(a) Operational plan proposed in the tender
(b) Deviations in payment schedule from that specified in the Special Conditions of
Contract
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 10 of 50
2174 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 Tendererrsquos forfeiture of its tender security pursuant to paragraph 2127
2175 The Authority may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2176 The Authorityshall 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
218 Opening of Tenders 2181 The Procuring entity will open all tenders in the presence of
tenderersrsquo representatives who choose to attend at 14th November 2018 at 1130 amand in the location specified in the invitation to tender The tenderersrsquo representatives who are present shall sign a register evidencing their attendance
2183 The tenderersrsquo names tender modifications or withdrawals tender prices
discounts and the presence or absence of requisite tender security and such other details as the Authority at its discretion may consider appropriate will be announced at the opening
2184 The Authority will prepare minutes of the tender opening which will be submitted
to the tenderers that signed the tender opening register and will have made the request
219 Clarification of tenders 2191 To assist in the examination evaluation and comparison of tenders the
Authority 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 shall be sought offered or permitted
2192 Any effort by the tenderer to influence the Authority in the Authority tender
evaluation tender comparison or contract award decisions may result in the rejection of the tenderers tender
220 Preliminary Examination and Responsiveness 2201 The Authority will examine the tenders to determine whether they are complete
whether any computational errors have been made whether required securities have been furnished whether the documents have been properly signed and whether the tenders are generally in order
Page 11 of 50
2202 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the candidate does not accept the correction of the errors its tender will be rejected and its tender security may be forfeited If there is a discrepancy between words and figures the amount in words will prevail
2203 The Authority may waive any minor informality or nonconformity 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
2204 Prior to the detailed evaluation pursuant to paragraph 23 the Authority 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 Authority determination of a tenderrsquos responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
2205 If a tender is not substantially responsive it will be rejected by the Authority and
may not subsequently be made responsive by the tenderer by correction of the nonconformity
221 Conversion to a single currency
2211 Where other currencies are used the Authority will convert those currencies to
Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya
222 Evaluation and comparison of tenders
2221 The Authority will evaluate and compare the tenders which have been determined
to be substantially responsive pursuant to paragraph 220 2222 The comparison shall be of the price including all costs as well as duties and taxes
payable on all the materials to be used in the provision of the services 2223 The Authority evaluation of a tender will take into account in addition to the
tender price the following factors in the manner and to the extent indicated in paragraph 2224 and in the technical specifications
(a) Operational plan proposed in the tender
(b) Deviations in payment schedule from that specified in the Special Conditions of
Contract
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 11 of 50
2202 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the candidate does not accept the correction of the errors its tender will be rejected and its tender security may be forfeited If there is a discrepancy between words and figures the amount in words will prevail
2203 The Authority may waive any minor informality or nonconformity 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
2204 Prior to the detailed evaluation pursuant to paragraph 23 the Authority 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 Authority determination of a tenderrsquos responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
2205 If a tender is not substantially responsive it will be rejected by the Authority and
may not subsequently be made responsive by the tenderer by correction of the nonconformity
221 Conversion to a single currency
2211 Where other currencies are used the Authority will convert those currencies to
Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya
222 Evaluation and comparison of tenders
2221 The Authority will evaluate and compare the tenders which have been determined
to be substantially responsive pursuant to paragraph 220 2222 The comparison shall be of the price including all costs as well as duties and taxes
payable on all the materials to be used in the provision of the services 2223 The Authority evaluation of a tender will take into account in addition to the
tender price the following factors in the manner and to the extent indicated in paragraph 2224 and in the technical specifications
(a) Operational plan proposed in the tender
(b) Deviations in payment schedule from that specified in the Special Conditions of
Contract
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 12 of 50
2224 Pursuant to paragraph 223 the following evaluation methods will be applied
(a) Operational Plan
The Authority requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements Tenders offering to perform longer than the Authority required delivery time will be treated as non-responsive and rejected
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on a schedule outlined in the special conditions of contract Tenders will be evaluated on the basis of this base price Tenderers are however permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule The Authority may consider the alternative payment schedule offered by the selected tenderer
2225 The tender evaluation committee shall evaluate the tender within thirty (30) days
from the date of opening the tender 2226 To qualify for contract awards the tenderer shall have the following-
(a) Necessary qualifications capability experience services equipment and facilities to provide what is being procured
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent in receivership bankrupt or in the
process of being wound up and is not the subject of legal proceedings relating to the foregoing
(d) Shall not be debarred from participating in public procurement 223 Contacting the Authority 2231 Subject to paragraph 219 no tenderer shall contact the Authority on any matter
relating to its tender from the time of the tender opening to the time the contract is awarded
2232 Any effort by a tenderer to influence the Authority in its decisions on tender evaluation tender comparison or contract award may result in the rejection of the tenderers tender
224 Award of Contract a) Post qualification
2241 In the absence of pre-qualification the Authority 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
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 13 of 50
2242 The determination will take into account the tendererrsquos financial and technical capabilities It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer pursuant to paragraph 212 as well as such other information as the Procuring entity deems necessary and appropriate
2243 An affirmative determination will be a prerequisite for award of the contract to
the tenderer A negative determination will result in rejection of the Tendererrsquos tender in which event the Authority will proceed to the next lowest evaluated tender to make a similar determination of that Tendererrsquos capabilities to perform satisfactorily
b) Award Criteria
2243 Subject to paragraph 229 the Authority will award the contract to the successful
tenderer 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
2244 The Authority 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 Authority action If the Authority determines that none of the tenderers is responsive the Authority shall notify each tenderer who submitted a tender
2245 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
225 Notification of award 2251 Prior to the expiration of the period of tender validity the Authority will
notify the successful tenderer in writing that its tender has been accepted 2252 The notification of award will signify the formation of the Contract subject to the
signing of the contract between the tenderer and the Authority pursuant to clause 229 Simultaneously the other tenderers shall be notified that their tenders have not been successful
2253 Upon the successful Tendererrsquos furnishing of the performance security pursuant to paragraph 31 the Authority will promptly notify each unsuccessful Tenderer and will discharge its tender security pursuant to paragraph 212
226 Signing of Contract 2261 At the same time as the Authority notifies the successful tenderer that its tender
has been accepted the Authority will simultaneously inform the other tenderers that their tenders have not been successful
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 14 of 50
2262 Within seven (7) daysof receipt of the Contract Form the successful tenderer shall sign and date the contract and return it to the Authority
2263 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 227 Performance Security
2271 Within fifteen (15) days of the receipt of notification of award from the
Authority 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 Authority
2272 Failure of the successful tenderer to comply with the requirement of
paragraph 229 or paragraph 2301 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security in which event the Authority may make the award to the next lowest evaluated or call for new tenders
228 Corrupt or Fraudulent Practices
2281 The Procuring entity requires that tenderers observe the highest
standard of ethics during procurement process and execution of contracts A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices
2282 The 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
2283 Further a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in Kenya
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 15 of 50
Appendix to instructions to tenderers
The following information for procurement of services shall complement or amend the provisions of the instructions to tenderers Wherever there is a conflict between the provisions 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
Clause No Instructions to tenderers Particulars of appendix to
instructions to tenderers
21 Tenderers Eligibility and Qualifications
Only Registered National suppliers are
eligible
24 Clarification of Documents Bidders should send clarification request to tendersafagokeand must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
222 The price to be charged for the tender document shall not exceed Kshs1000= Where the tenderers
download documents from
Agriculture and Food Authority
website or tendersgokethere shall
be no cost
This is an online tender the soft copy to be
downloaded free of charge
223 The Authority shall allow the
tenderer to review the tender
document free of charge before
purchase
Not applicable as this is an online document
241 A prospective candidate making inquiries of the tender document may notify the Authority in writing or by email at the entityrsquos address indicated in the Invitation for tenders The Authority will respond in writing to any request for clarification of the tender documents which it receives no later than seven (7) days prior to the deadline for the submission of tenders prescribed by the Authority Written copies of the Procuring entities response
(including an explanation of the
query but without identifying the
source of inquiry) will be sent to all
prospective
Bidders should send clarification request to tendersafagoke and must be received at least 5days prior to tender closure
The employer will upload all the
clarificationsaddendum on the website
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 16 of 50
tenderers who have received the
tender documentsrdquo
212 Tender Security A bid bond of KES 100000 Must be
submitted with the tender document in the
banksInsurance letter
head
2141 The tenderer shall prepare two copies of the tender clearly marking each
ldquoORIGINAL TENDERrdquo and ldquoCOPY
OF TENDERrdquo as appropriate In the
event of any discrepancy between
them the original shall govern
215 Sealing and Marking of Tenders
2151 The tenderer shall seal the original and each copy of the tender in separate envelopes duly marking the envelopes as ldquoORIGINALrdquo and
ldquoCOPYrdquo The Envelopes shall then be sealed in an outer envelope The inner and outer envelopes shall a)be addressed to the Authority at the address given in the invitation to tender b)bear tender number and name in the invitation to tender and the words
ldquoDO NOT OPEN BEFORE(day date
and time of closing)rdquo
2152 The Authority will assume no
responsibility for the tenderrsquos
misplacement or premature opening
Applicable
2153 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 ldquolaterdquo
Applicable
2161 Tenders must be received by the
Procuring entity at the address
specified under paragraph 2152 no
later than (day date and time of
closing)
Tender Submission
DeadlineWednesday14th November2018
at 1130am
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 17 of 50
2171 The tenderer may modify or withdraw its tender after the tenderrsquos submission provided that written notice of the modification including substitution or withdrawal of the tenderrsquos is received by the Authority prior to the deadline prescribed for the submission of tenders
Applicable
2172 The Tendererrsquos 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 email but followed by a signed
confirmation copy postmarked not
later than the deadline for
submission of tenders
Applicable
2202 Arithmetical errors will be rectified on
the following basis If there is a
discrepancy between the unit price
and the total price that is obtained
by multiplying the unit price and
quantity the unit price shall prevail
and the total price shall be corrected
If the candidate does not accept the
correction of the errors its tender
will be rejected and its tender
security may be forfeited If there is
a discrepancy between words and
figures the amount in words will
prevail
No correction of errors The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction adjustment or amendment in any way by any
224 Award of Contract
The Authority may at its own discretion conduct due diligence on the
Eligible bidders to establish their ability
to perform the contract
The tenderer that will meet all the
evaluation criteria and his TENDER
SUM is the Lowest will be awarded the
tender for the provision of Internet
services for a period of two years
subject to satisfactory performance
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 18 of 50
SECTION III GENERAL CONDITIONS OF CONTRACT
31 Definitions
In this contract the following terms shall be interpreted as indicated
a) ldquoThe contractrdquo means the agreement entered into between the Authority 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
b) ldquoThe Contract Pricerdquo means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual obligations
c) ldquoThe servicesrdquo means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Authority under the Contract
d) ldquoThe Authorityrdquo means the organization sourcing for the services under this Contract
e) ldquoThe contractor means the individual or firm providing the services under this
Contract
f) ldquoGCCrdquo means general conditions of contract contained in this section g) ldquoSCCrdquo
means the special conditions of contract
h) ldquoDayrdquo means calendar day
32 Application
These General Conditions shall apply to the extent that they are not
superseded by provisions of other part of contract
33 Standards
331 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
35 Patent Rightrsquos
The tenderer shall indemnify the Authority against all third-party claims of infringement of patent trademark or industrial design tights arising from use of the services under the contract or any part thereof
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 19 of 50
36 Performance Security
Within fourteen (14) days of receipt of the notification of Contract award the
successful tenderer shall furnish to the Authority the
Performance security where applicable in the amount specified in Special Conditions of Contract
362 The proceeds of the performance security shall be payable to the Authority as
compensation for any loss resulting from the Tendererrsquos failure to complete its
obligations under the Contract
363 The performance security shall be denominated in the currency of the Contract or in
a freely convertible currency acceptable to the Authority and shall be in the form
of
a) A bank guarantee
b) Such insurance guarantee approved by the Public Procurement Oversight Authority
364 The performance security will be discharged by the Authority and returned to the
candidate not later than thirty (30) days following the date of completion of the
tendererrsquos performance of obligations under the contract including any warranty obligations under the contract
37 Inspections and Tests
371 The Authority or its representative shall have the right to inspect andor to test the
services to confirm their conformity to the Contract specifications The Authority
shall notify the tenderer in writing in a timely manner of the identity of any representatives retained for these purposes
372 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s) 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 Authority
373 Should any inspected or tested services fail to conform to the Specifications the
Authority may reject the services and the tenderer shall make alterations necessary to meet specification requirements free of cost to the Authority
374 Nothing in paragraph 37 shall in any way release the tenderer from any warranty
or other obligations under this Contract
38 Payment
381 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
39 Prices
Prices charged by the contractor for services performed under the Contract shall not with the exception of any Price adjustments authorized in SCC vary from the
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 20 of 50
prices by the tenderer in its tender or in the Authority request for tender validity
extension as the case may be No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties
310 Assignment
The tenderer shall not assign in whole or in part its obligations to perform under this contract except with the Authority prior written consent
310 Termination for Default
The Authority may without prejudice to any other remedy for breach of Contract by written notice of default sent to the tenderer terminate this Contract in whole
or in part
a) if the tenderer fails to provide any or all of the services within the period(s)
specified in the Contract or within any extension thereof granted by the
Authority
b) if the tenderer fails to perform any other obligation(s) under the Contract
c) if the tenderer in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
In the event the Authority terminates the Contract in whole or in part it may
procure upon such terms and in such manner as it deems appropriate services similar to those undelivered and the tenderer shall be liable to the Authority for
any excess costs for such similar services
312 Termination of insolvency
The Authority may at the anytime terminate the contract by giving written notice
to the contractor if the contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the contractor provided
that such termination will not produce or affect any right of action or remedy
which has accrued or will accrue thereafter to the Authority
313 Termination for convenience
3131 The Authority by written notice sent to the contractor may terminate the contract in whole or in part at any time for its convenience The notice of termination shall
specify that the termination is for the Authority convenience the extent to
which performance of the contractor of the contract is terminated and the date on which such termination becomes effective
3132 For the remaining part of the contract after termination the Authority may elect to
cancel the services and pay to the contractor an agreed amount for partially completed
services
314 Resolution of disputes
The Authority and the contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 21 of 50
If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC
315 Governing Language
The contract shall be written in the English language All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language
316 Force Majeure
The contractor shall not be liable forforfeiture of its performance security or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure
317 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified in the SCC
318 Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other party by E-mail and confirmed in writing to the other partyrsquos address specified in the
SCC
A notice shall be effective when delivered or on the notices effective date whichever is later
319 Taxes
3191 Taxes means all present and future taxes levies duties charges assessments deductions or withholdings whatsoever including any interest thereon and any penalties and fines with respect thereto wherever imposed levied collected or withheld pursuant to any regulation having the force of law and Taxation shall be construed accordingly
3192 Local Taxation
Nothing in the Contract shall relieve the Contractor andor his Sub-Contractors from their responsibility to pay any taxes statutory contributions and levies that may be levied on them in Kenya in respect of the Contract The Contract Price shall include all applicable taxes and shall not be adjusted for any of these taxes
3193 The Contractor shall be deemed to be familiar with the tax laws in the Employers Country and satisfied themselves with the requirements for all taxes statutory contributions and duties to which they may be subjected during the term of the Contract
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 22 of 50
3194 In instances where discussions are held between the Employer and the Contractor regarding tax matters this shall not be deemed to constitute competent advice and hence does not absolve the Contractor of their responsibility in relation to due diligence on the tax issue as per 3192 above
Tax Deduction
3195 If the Employer is required to make a tax deduction by Law then the deduction shall be made from payments due to the Contractor and paid directly to the Kenya Revenue Authority The Employer shall upon remitting the tax to Kenya Revenue Authority furnish the Contractor with the relevant tax deduction certificates
3196 Where the Contractor is paid directly by the Financiers and the Employer is not able to deduct tax then the Contractor will be required to pay the tax deduction to Kenya Revenue Authority in the name of the Employer and furnish the Employer with an original receipt thereof as evidence of such payment In absence of the said evidence the Employer will not process any subsequent payments to the Contractor
Tax Indemnity
3197 The Contractor shall indemnify and hold the Employer harmless from and against any and all liabilities which the Employer may incur for any reason of failure by the Contractor to comply with any tax laws arising from the execution of the Contract whether during the term of the Contract or after its expiry
3198 The Contractor warrants to pay the Employer (within fourteen (14) days of demand by the Employer) an amount equal to the loss liability or cost which the Employer determines has been (directly or indirectly) suffered by the Employer for or on account of the Contractorrsquos Tax liability arising from the Contract
3199 Where the amount in 3198 above remains unpaid after the end of the fourteen (14) days moratorium the Employer shall be entitled to compensation for financing
charges
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 23 of 50
SECTION IV SPECIAL CONDITIONS OF CONTRACT
41 Special conditions of contract (SCC) shall supplement the general conditions of
contract wherever there is a conflict between the GCC and the SCC the provisions
of the SCC herein shall prevail over those in the GCC
42 Special conditions of contract with reference to the general conditions of contract
CLAUSE
NO
GENERAL CONDITIONS OF CONTRACT
REFERENCE
SPECIAL CONDITIONS OF
CONTRACT
381 Payment Terms and Conditions
bull Credit period for overseas suppliers is 60 days
bull Payment shall be effected upon receipt
of certified invoices and confirmation
that the services has been rendered
and accepted as per the contract
39 Prices
Prices shall be fixed during the
Supplierrsquos performance of the Contract and
not subject to variation
314 Resolution of disputes
The Authority and the contractor shall
make every effort to resolve amicably by
direct informal negotiations any
disagreement or dispute arising between
them under or in connection with the
contract
315 Governing Language
The contract shall be written in the English
language All correspondence and other
documents pertaining to the
Contract which are exchanged by the
parties shall be written in the same
language
317 Applicable Law
The contract shall be interpreted in
accordance with the laws of Kenya unless
otherwise specified in the SCC
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 24 of 50
SECTION V - DESCRIPTION OF SERVICES
SCHEDULE OF REQUIREMENTS
TECHNICAL REQUIREMENTS OF THE SUPPLY INSTALLATION AND COMMISSIONING OF BROADBAND INTERNET WIDE AREA NETWORK INTERNET AND EMAIL SERVICES AND WIFI NETWORK
1 INTRODUCTION
The Agriculture and Food Authority (AFA) is a state corporation established through an Act of Parliament specifically under section 3 of the Agriculture and Food Authority Act of 2013 The Authority is the successor of former regulatory institutions in the sector that were merged into Directorates under the Authority with the commencement of Crops Act 2013 on 1st August 2014 The Directorates are as follows
1) Tea Directorate 2) Sugar Directorate 3) Coffee Directorate 4) Horticultural Crops Directorate 5) Miraa Pyrethrum and other Industrial Crops Directorate 6) Fibre Crops Directorate 7) Nuts and Oil Crops Directorate and 8) Food Crops Directorate These Directorates for all intents and purposes are recognized as part of AFA
2 OBJECTIVE
AFA requires the services of a Consultant to provide internet and email services to the AFA Head office configure and terminate a fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices as well as provide Wi-Fi Access points and Wi-Fi management interfaces for the organization The consultant using the existing infrastructure is also required to facilitate integration IP based voice communication 3 SCOPE OF WORK
The scope of work will include but not limited to the consultant performing the following activities
Conduct a site survey to establish the organizationrsquos requirements
Prepare a proposal for provision of a Fiber Optic link Wide area Network (WAN) Wi-Fi and Broadband internet for the organization
Install and configure fiber optic connection provide and commission a Managed Wide Area Network (WAN) accessible from all AFA Directorates and offices and provide Wi-Fi Access points and Wi-Fi management interfaces for the directorates
Integrate Analogue and IP based voice services based on the existing infrastructure Provide comprehensive onsite user training to selected personnel from the Different
Directorates within the Authority
Develop and document a Maintenance Agreement (Service Level Agreement) for long term maintenance of the system and continuous user training
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 25 of 50
Consultant must implement a bidder neutral network structure with redundancy and provide evidence of redundancy
MANDATORY EVALUATION CRITERIA
(Required to proceed to the Technical Evaluation Stage)
No Requirements Indicate page submitted in the tender document
MR 1 Submit 1 (one) Original and 1 (one) copy of the
tender document
MR 2 Bidding documents must be paginatedserialized All bidders are required to submit their documents paginated in a continuous ascending order from the first page to the last in this format (ie 123helliphellip n where n is the last page
MR 3 Submit a copy of companylsquos Certificate of Registration IncorporationBusiness name
MR 4 Provide copy of the companylsquos currentTax Compliance Certificate
MR 5 Submit Valid CR 12 Form
MR 6 Submit valid Business Permit ndashCounty Governments
MR 7 Original Bid Bond of one hundred thousand Kenya
Shillings (KES 100000) and valid for 120 days from
date of tender opening (should be denominated in
Kenya Shillings and in the form of a bank guarantee
issued by a reputable bank located in Kenya or a
guarantee issued by a reputable insurance company
located in Kenya and strictly in the form provided)
or tender security declaration form should be
filled and signed by the special groups to be
submitted Valid AGPO Certificate
MR 8 Duly completed Business Questionnaire
MR 9 Duly completed Tender form signed and Stamped
MR 10 Duly completed Anti-Corruption Declaration must be
signed
MR 11 Tender form duly completed and signed by the
tenderer or his authorized agent
MR 12 Provide proof of Telecommunications Installer licence issued by Communications Authority of Kenya (CAK)
MR 13 Provide site Construction License from by National Construction Authority of Kenya (NCA)
MR 14 Confirm visit of the sites 1-6 to verify site details and
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 26 of 50
sign site visit register before completing and submitting the tender Attach 6 Site Visit form ndash Stamped and Signed by Authorized Client officer
MR 15 Provide copies of audited accounts for the company for the last two year 2016 amp 2017
MR 16 Submit with tender a bid bond of KES 10000000
MR 17 Provide a warranty and free maintenance for a period of 12 months for new equipment bought for the installation
MR 20 Provide proof of authorization amp Support by the equipment manufacturers to sellservice the product in Kenya A letter of Authorization Tenderer recommendation should be signed by the manufacturer or the authorised dealer
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 27 of 50
TECHNICAL SPECIFICATIONS
GENERAL
61 These specifications describe the requirements for each of the item as per required specifications Bidders are requested to submit with their offers the detailed specifications brochures catalogues etc for the products they intend to supply for this tender 62 Bidders must indicate on the specificationsrequirements sheets whether they comply with each specified requirement for various sites and equipment 63 All the requirements for connectivity and capacities of the equipment 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 the offer with supporting data such as calculation sheets etc The Authority reserves the right to reject the products if such deviations shall be found critical to the use and operation of the products 64 The Bidders are requested to present the following information along with their offers as follows
(I) Shortest possible delivery period of each productservice
(ii) Information on warranty as required (iii)Bidders price schedule must indicate clearly all One Off costs and Recurrent costs
4 KEY REQUIREMENTS FOR CONNECTIVITY
Dedicated Broadband internet service of link 20 Mbps uplink 20 Mbps downlink for the AFA Head Quarters Installation of SIP line IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 15 Mbps uplink 15 Mbps downlink between the AFA Head Quarter and NOCD Branch in Mombasa Installation of IP Voice GSM gateway and Integration with existing analogue telephone
A dedicated loop link 6 Mbps uplink 6 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide branches Installation of IP Voice GSM gateways and Integration with existing analogue telephone
A dedicated loop link 3 Mbps uplink 3 Mbps downlink between the AFA Head Quarter and 4 Branches (4 No) countrywide satellite branches
A dedicated loop link 1 Mbps uplink 1 Mbps downlink between the AFA Head Quarter and Branches (10 No) countrywide branches
The provided bandwidth will be distributed from AFA HQ to all the interlinked branches in a VPN or MPLS based set-up
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 28 of 50
A web based network monitoring tool MUST be provided with a user friendly GUI with capabilities of bandwidth allocation network monitoring to the node remote LAN access (VPN) sessions content filtering and management of the wireless environment Should have the ability to report any faults giving exact location and identification of the faulty equipment as well as sending notification to the network admin A smart visual display unit of not less than 55rdquo must be supplied with this solution and be mounted in the monitoring room to display real-time utilization of the bandwidth across all branches with drill down capabilities
On security the connectivity must guard against malicious spam or attacks (eg denial of service attacks computer viruses spams and Junk mails) to be perpetrated from any network external to AFA headquarters
Network should be able to support Voice Service integration (both Fixed and GSM Voice) with installation of at least 4 extensions per branch for inter-branch communication
There should be service guarantees in terms of availability and reliability through well designed and protected circuits on the core network
The Service provider should also have well established fault handling procedures allowing for very minimal downtimes to AFA
Service Providerrsquos core and access networks should be backhauled on different networks that are all independently interconnected in a secure data centre thereby ensuring that AFA will be guaranteed of service even in case of a single circuit failing
The network circuits should be protected through the implementation of a ring topology with the use of equipment which provides a scalable architecture that will allow for network expansion and can be used to provide new services such as voice video conferencing internetP2P and VSAT with seamless bandwidth scalability across the technologies In addition the topology should ensure that in the event of any physical damage the circuits can restore to another route without any downtime (self-healing)
The service provider MUST provide connectivity to different international internet gateways that should offer AFA high levels of redundancy to the internet with auto fail over mechanisms
Specified traffic will be secure (ie encrypted by the network using internationally approved encryption techniques and standards) and will be suitable for carrying classified information
All the continuously available services shall be scheduled to be available 365 days a year and 24 hours a day apart from maintenance times which may be scheduled or emergency in nature
A separate draft of Service level Agreement (SLA) should be provided to ensure guarantee of the services
Any terminal equipment supplied as part of this tender both indoor and outdoor necessary to set up the links shall be remain property of the Authority
Dedicated Public IP addresses (24) for the field offices to enable remote administration of servers and the entire network from the AFA headquarters OR suitable Network Address Translation to enable access of shared resources
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 29 of 50
(servers printers etc) in all the regional offices seamlessly
LOCATIONAND LOCAL LOOP SITES REQUIREMENTS
NO LOCATION AND REQUIREMENTS (SITES)
1
Agriculture and Food Authority Head Office (AFA HQ) Address Dagoretti Corner Naivasha Rd Nairobi Kenya Tea House Naivasha Rd Off Ngong Rd Nairobi httpwwwafagoke Bandwidth ndash 20mbps uplink and 20mbps downlink SIP line and IP Voice GSM gateway Integration with existing analogue telephone
2 Directorate of Nut and Oil Crops (NOCD) Address 6th Floor of NSSF Building on Nkrumah Road Mombasa
Bandwidth ndash 15mbps uplink and 15mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NB Bidder shall provide a point to point connection between NOCD at NSSF Building and HCD Kilindini office as well as Fiber Directorate godown at Kilindini port after determining the lines of sight between the three offices during site survey A stamped and signed site survey certificate must be attached with this proposal
3 Directorate of Sugar (SD) Address Sukari Plaza Upper Kabete Off Waiyaki way Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing Voice System
4 Directorate of Coffee (CD) Address Coffee Plaza Building 10th Floor Haile Selassie Avenue Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
5 Directorate of Horticulture (HCD) Address Nairobi Horticultural Centre Airport Road Opp JKIA Nairobi Kenya Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone NB Existing point to point connection to Airport office must be maintained Bidder shall provide a point to point connection between HCD NHC office and HCD Inland depot office after determining the line of sight between the two offices during site survey A stamped and signed site survey certificate must be attached with this proposal
6 Directorate of Fibre Crops (FCD) Address West Riverside Lane off Riverside Drive
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 30 of 50
Tel +254 20 3530908 Nairobi
Bandwidth ndash 6mbps uplink and 6mbps downlink IP Voice GSM gateway Integration with existing analogue telephone
NBExisting point to point connection between FCD riverside office and FCD Laboratory at KARLO offices Westlands must be maintained
7 Kisumu Regional Office Al-Imram Building Kisumu
Bandwidth ndash 3mbps uplink and 3mbps downlink
8 Kakamega Regional OfficeAFC Building Kakamega
Bandwidth ndash 3mbps uplink and 3mbps downlink
9 Eldoret Regional Office KVDA plaza Eldoret
Bandwidth ndash 3mbps uplink and 3mbps downlink
10 Nakuru Regional Office Nakuru
Bandwidth ndash 3mbps uplink and 3mbps downlink
11 Kitale Office Kitale Teachers Plaza Kitale
Bandwidth ndash 1mbps uplink and 1mbps downlink
12 Kericho Office Kericho Bandwidth ndash 1mbps uplink and 1mbps downlink
13 Kabarnet Office Teachers Plaza Kabarnet Bandwidth ndash 1mbps uplink and 1mbps downlink
14 Kitui Office Kitui Bandwidth ndash 1mbps uplink and 1mbps downlink
15 Nyeri Office Nyeri
Bandwidth ndash 1mbps uplink and 1mbps downlink
16 Embu Office Embu
Bandwidth ndash 1mbps uplink and 1mbps downlink
17 Busia Office Busia
Bandwidth ndash 1mbps uplink and 1mbps downlink
18 Limuru Depot Office Limuru
Bandwidth ndash 1mbps uplink and 1mbps downlink
19 Mwea Depot Office Mwea
Bandwidth ndash 1mbps uplink and 1mbps downlink
20 Bungoma Office Bungoma teachers plaza Bungoma - Bandwidth ndash 1mbps uplink and 1mbps downlink
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 31 of 50
BIDDER CAPACITY EVALUATION CRITERIA
Bidderrsquos capabilityCapacity for the Internet Service Provision as follows This category of technical evaluation will be awarded marks out of the possible 100marks for technical evaluation Bidders must score a minimum of 80to proceed to the compliance to technical specifications evaluation
No Criteria Description Weight
1 EXPERIENCE OF THE FIRM
Provide at least four (4) ContractsLSO of provision of Internet Services (Excluding AFA) of similar requirements and capacities in a multi-branch set up(5marks each) 20
Submit Completion certificates from the above four firms (1 Marks each) 4
2 KEY STAFF QUALIFICATIONS
Project Engineer Qualifications ndash Attach detailed CV (3 Marks) Bachelorrsquos Degree in related field- provide Certificate(9 Marks)Diploma in related field- Provide Certificate (5 Marks) PMP Cisco Certifications-Provide Certificates( 5 marks) Six yearsrsquo and above experience in the ISP industry after qualifications in PMP Cisco Certifications -Provide recommendation letters supported by CV(5Marks) Six yearsrsquo and below experience in the ISP industry-Provide recommendation letters supported by CV(3 Marks) 22
Team Member Fibre Engineer Qualifications
Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) DCT fiber installer certificate-Provide Certificates (3 Marks) Five years and Above experience in the ISP industry ndash( 2 Marks) Five years and below experience in the ISP industry ndash after DCT fiber installer Certificate (1 Marks)
12
Team Member Network Security Engineer Qualification Attach detailed CV (2 Marks) 12
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 32 of 50
Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA CCNP NSE4 NSE5 certifications ndashProvide certificates(3marks) Five yearsrsquo and above experience in the ISP industry(2 marks) below (1 mark)
Voice engineer Qualification Attach detailed CV (2 Marks) Bachelorrsquos Degree in related field- provide Certificate(5 Marks)Diploma in related field- Provide Certificate (3 Marks) CCNA voice Certifications ndashProvide Certificates (3 marks) 3 yearsrsquo experience and abovein Cisco Asterisk and AVAYA VoIP solutions(2Marks) below (1Marks) 12
3 COMMERCIAL EVALUATION
a)Profitability Margin A margin above 30
Profitability Margin = ______EBIT___ Gross RevenueSales EBIT = Earnings before Interest and Taxes 4
b)Current Ratio 21 ndash (5 marks) 11 ndash(3 marks) Less than 11 (0 marks) Current Ratio = Current Assets Current Liabilities 4
c) Annual Turnover of over 100 Million in 2016 and in 2017 -
financial year (25 X 2 Marks ) 4
4 Methodology
Comprehensive description of the 1 WAN architecture 2
Components 3 Network monitor 4 Voice integration 5
Design proposal with 6 Layout diagrams The proposal
MUST also include how the WAN architecture will interlink with
the existing LANs at various sites to gain full marks in each point
(1 marks each) 6
TOTAL Marks 100
PASS MARK 80
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 33 of 50
COMPLIANCE TO TECHNICAL SPECIFICATIONS EVALUATION CRITERIA
Response to compliance to all Technical Specifications is MANDATORY
Bidders MUST respond to ALL the technical 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 The Technical requirements are as follows
GENERALINTERNET CONNECTIVITY TECHNICAL SPECIFICATIONS These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (Norsquos 1 ndash 19) in writing clearly indicating how they will achievemeet each requirement Responses to compliance to technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
MINIMUM SPECIFICATIONS FOR LINKS 1 TO 6
Bidders Response
1 Each site must have primary and backup link of equal capacity
2 Each link must be dedicated with multiple last mile options for flexibility
3 Each link must be independent of each other with separate backhauls and aggregation points
4 The back-bone for the links should not use the same backbone of the main link
5 The provider must demonstrate the ability to offer 247365 Online amp Onsite Support for each site
6 Wide Area Network must be fully redundant to cover all sites
7 The provider must be able to provide public IP Addresses for each link ndash bidder must provide proof of ownershipThe provider should capture the AS details indicating the public IP ownership and peering details
8 Provision of automatic failover and load balancing between the main link and the Back-up links with real time monitoring
9 Network provider must be able to integrate security features ndash bidder must provide details
10 Any other details as may be required for continuity and best performance of these Links
11 The service provider needs to provide daily weekly and monthly link availability and utilization reports with a portal for access of the graphs Refer to requirements for network monitor
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 34 of 50
12
The network should be able to support MPLS ndash Bidder must provide supporting evidence to include Traffic Engineering Set path that the traffic will have to take through the network
More specifically each class of traffic data voice and video will be set for individual performance characteristics
Quality of Service Support for network convergence to allow introduction of new services like voice and video
Network Redundancy Rerouting traffic through the next optimum path with a failover time of 50 ms or lesser
Protocol Independent forwarding
13 The Consultant must provide equipment for load balancing and auto-failover
14 The Consultant must provide Service Level Agreement (SLA) with proof of performance
15 Each link must be configured to allow for dynamic bandwidth allocation between primary and backup links
16 Fiber is the preferred medium of connectivity bidders should provide options where fiber is not available
17 Each link must have 99 uptime with proof of measurement tools
18 Where radio technology shall be applied below are the minimum requirements Radio technology for p2p connections - The bullet radios should use the popular mid-band frequencies The high-band model AF5U should be able to operate in the 57 - 62 GHz bands and have robust filtering to enable co-location with devices operating in the lower 5 GHz bands while allowing operation at a higher output power The Radio should comply with FCCIC amp Universal regulations with a factory default of 24 GHz FCCIC RW-2024-AH50 and delivers up to 100 Mbps throughput and up to 8xE1sT1s over an extended range Product Highlights 100 Mbps Ethernet net throughput and 8xE1sT1s Native TDM interfaces Long range - Up to 40 km 25 miles Telco-grade extremely robust in harsh conditions Supports intra-site and inter-site synchronization to maximize capacity Adaptive asymmetric throughput - dynamic allocation between uplink and downlink Advanced OFDM amp MIMO technologies for operation in nLOSNLOS and dense radio environments
19 For the rest of the links from 7 to 20 Bidders must provide
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 35 of 50
detailed proposals on the set up that they intend to deploy where Wi-Fi routers must be deployed at the sites Bidders must indicate the medium to be used (fiber or radio) as well as provide wireless connectors for equipment that do not have Wi-Fi connectivity
WIFI NETWORK SPECIFICATIONS EVALUATION CRITERIA
The Wi-Fi network shall be based on the following technical specifications Bidders are expected to respond on a clause by clause basis stating clearly how their solution meets the requirements These are mandatory technical requirements and bidders MUST respond to each of them clause by clause (All items) in writing clearly indicating how their solution meets the requirements Responses to compliance to Wi-Fi network technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
Item Requirements Bidders Response
Coverage Deploy a Wi-Fi Network that provides sufficient coverage of the entire organization The biddersrsquo proposal should be guided by the site visit findings Sufficient coverage is described as being able to provide at least downlink signal strength of 75dB and 38dB uplink
Authentication The Wi-Fi network should have a secured captive portal for authentication
IP and VLan Configuration
Controller should have integrated DHCP Server and Multiple DHCP serverpool can be added for different
VLANs (up to 64)
Should support One Management VLAN (with configurable VLAN ID)
Should support 64 VLANS Multiple SSIDs The Wireless Controller must have IP connectivity with the
access points through the management VLAN If the Controller and the APs are on different management VLANs external VLAN routing must allow IP connectivity between the Controller and the APs
Network and Email security
The service should have the Ability to inspect all incoming and outgoing emails to and from the AFA email server (Real-time protection against malware Worms DDoS etc) and block any such emails
Protect against newly observed domain names used as part of an attack
Protect against display name spoofing and reply-to address mismatches
Have a complete administrative control and re reply-to address
Give AFA a complete administrative control of handling emails - ie quarantine discard or mark emails
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 36 of 50
Application Awareness The service must be able to identify allow block or limit applications regardless of port protocol etc This should provide visibility into unknown amp proprietary application within the organization network
Identity Awareness The solution should Identity awareness for granular control of applications by specific users group of users and machines that the users are using
Centralized Management Administration Logging and Reporting Separate management solution should be available for management logging and reporting This helps organizations in log analysis and policy management Central management should also give you the ability to automate routine tasks reuse elements and employ shortcuts and drill-downs to produce maximum efficiency with minimal effort
Deep Packet Inspection The capability should ensure the various pieces of each packet are thoroughly examined to identify malformed packets errors known attacks and any other anomalies DPI can rapidly identify and then block Trojans viruses spam intrusion attempts and any other violations of normal protocol communications
Integrated IPS The IPS functionality should be present on the solution
Scan for viruses and malware in allowed applications
Remote Access VPN
The service should provide users with secure seamless access to
corporate networks and resources when traveling or working
remotely Privacy and integrity of sensitive information is ensured
through multi-factor authentication endpoint system compliance
scanning and encryption of all transmitted data
Management Fully managed network service Operator responsible for maintaining uptime of greater than 99 Support line for the service
Remote configuration and management through Web browser SNMP or telnet with Command Line Interface (CLI)
SNMP management supports SNMP MIB I MIB II
80211 MIB and proprietary configuration MIB
Roaming Roaming ability on other hotspot locations around Kenya
Technology 80211gn network with 24ghz access
Hardware Gigabit RJ45 Ports LAN Switch 101001000 Flash Memory RAM 8 MB + 2 GB CF1 GB DDR2
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 37 of 50
USB Port 1 port for USB storage
Backhaul Dedicated backhaul either via separate mesh radio or Ethernet
Security Wi-Fi Protected Access (WPA WPA2)
Wired Equivalent Privacy (WEP) 64-bit 128-bit encryption IEEE 8021x RADIUS authentication with EAP TLS
TTLS PEAP
Wireless access control to identify authorized wireless network devices
MAC address authentication for upto 150 users VPN pass-through support Secure SSH telnet Secure Sockets Layer (SSL) remote management login Client Authentication Protocols
Open WEPWPAWPA2-PSK 80211iWPAWPA2 Enterprise with standard interface to external AAARADIUS Server Should support Distinct AAA Server per SSID Should support RADIUS Accounting Protocol
Should support LDAP-based Authentication Integrated AAA Server Guest Access Integrated captive portal available for client
authentication in a security profile
Password based authentication mode Local user store available receptionist assigned user
namepassword
Open authentication mode Guest auto registration with email address
Extraction of logs of guest activity Captive Portal Configurable portal page including image files Rogue Access Points Rogue AP definition AP with radio SSID observed
by any of the managed APs and seen transmitting on same L2 wired network
Detection and mapping of up to 512 rogue APs
Standards IEEE 80211n draft 20 specification 24 GHz and 50 GHz
IEEE 80211a 50 GHz IEEE 80211g IEEE 80211b 24 GHz
WMM - Wi-Fi Multimedia prioritization Wireless Distribution System IEEE 8023 and Power over Ethernet (PoE) Maximum Throughput 300 Mbps Support up to 8 SSIDs and 64 Users
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 38 of 50
Staff Wi-Fi
Staff Wi-Fi service set identifier should authenticate from the AFA Active Directory
Guest Wi-Fi
Guest Wi-Fi should be independent (on a DMZ) of AFArsquos Network On request for internet services through guest Wi-Fi the application should be able to direct the guest user to a forced landing page that requires the guest to provide hisher full details which include Full Name E-mail address and mobile phone number to which a temporary authentication credentials will be sent via SMS These credentials will be used by the guest to log into network for a pre-configured amount of time (The provider must give details of hardware software and technical diagram for the solution and reference sites)
NETWORK EQUIPMENT EVALUATION CRITERIA (ROUTER SWITCHES WAP)
(MUST attach brochures of the devices to be supplied)
Bidders are expected to respond to the technical requirements detailed below on a clause by clause basis stating clearly how their solution meets the requirements Responses to compliance to the Network Equipment technical specifications in any other way other than clause by clause will be treated as NON-RESPONSIVE
No Quantity Bidder Response
1 ROUTER (4) (se)
Integrated 101001000 Dual Gigabit Ethernet Ports (expanded to 8 ports)
VoIP Support (Voice enabled)
Modular architecture
Secure Sockets Layer (SSL)
Onboard VPN Encryption Acceleration
Admissions Control (NAC)
Multiprotocol Label Switching (MPLS)
USB eToken Support
AIM-Based Security Acceleration
Intrusion Prevention System (IPS)
Advanced Application Inspection and Control
Integrated Redundant-Power-Supply (RPS) Connector
URL Filtering Web management
Dynamic Multipoint VPN (DMVPN)
Optional Integrated Power Over Ethernet (PoE)
Optional Integrated Universal DC Power Supply
Wire-speed performance for concurrent services such as security and voice and advanced services to multiple T1E1xDSL MPLS rates
Router shall support 19rsquo Rack mountings
Router shall support Upgrade of software through Flash memory
Router shall support on line software reconfiguration to implement changes without rebooting
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 39 of 50
Router Software Details
TCPIP with support for IP ver 4 and IP Ver 6
ARP RARP ICMP DHCP TFIP and DNS Must have secure IOS
Network address translation (NAT) as per RFC 1631
Support for both TCP and UDP at layer 4 Sub networking
Router shall support Upgrade of software through Flash memory
The Router shall support following IP routing protocols
PPP as per RFC1661 Multi-Link PPP as per RFC 1717 HDLC Frame Relay
The Router shall support following WAN protocols
RIP Version 2 OSPN Version 2 as per RFC-1583 OSPN on Demand as per RFC 1793
Static and dynamic routing BGP Version 4 as per RFC 1771
The Router shall support following quality of service (Qos) FEATURES
Weighted fair queuing (WFQ) IP Precedence ie Priority based on TOS Field of IP ver4
Differentiated Service (Diff Serve) IE Priority based on DS field of the IP ver 4
The Router shall support following WAN optimization features
Load balancing on LAN as well as WAN ports I TCP Header compression
Data compression for both Header and payload to be supported for frame relay and leased WAN links
The Router shall support following security features
Data encryption (minimum 56 Bit DES) Access Lists based on network Address
Access lists based on Network Address Mask protocol type and socket type
Access list violation logging and accounting MD5 Router Authentication as per RFC 1321
2 ROUTER (1 existing Cisco router at HCD)
NB Bidders MUST integrate the routers with the existing analogue telephone system and as well as provide a break up point for VOIP system (Includes providing expansion cards for one router existing at HCD to achieve this)
3 SWITCHES (48 PORT 4pcs) (24PORT 5pcs)
2448 Port 1001000 POE - Active devices used at the LAN edge must
support IP routing and power over Ethernet POE and MUST be stackable using interfaces operating at the backbone speed
X2 SFP Shared Ports Stackable
Non-blocking architecture with at least 88Gbps Switching Fabric
At least 3000MAC support256 Vlans and QOS Support
Active devices for horizontal cabling WILL support auto-sensing 101001000 Mbps and for backbone cabling 10000Mbps
Active devices MUST be rack mountable in standard racks and should attach to the backbone using appropriate Transceivers
Switching with 2 or more active giga Ethernet links at redundancy mode and MUST have an option of providing Layer 3 flow ndash based and VLAN ndash based statistic monitoring
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 40 of 50
PRICE SCHEDULE
The price should be inclusive of all taxes
Item
Num
ber
Item
Des
crip
tio
n
Qu
anti
ty
Bas
ic U
nit
Pri
ce
excl
usi
ve
of
all
levie
s
Ch
arg
es a
nd
oth
er
levie
sta
xes
Ple
ase
spec
ify
un
it p
rice
incl
usi
ve
of
all
levie
sta
xes
To
tal
pri
ce
incl
usi
ve
of
all
levie
sta
xes
1 Band Width Charges Quarterly charges for Uncompressed pure on clear channel) 200200Mbps Internet Bandwidth (Recurring quarterly Charges)
8
ii Any Other Charges (To be
specified)
2 Local Loop Charges
i One time Installation and Commissioning Configuration Charges
ii Any other charges (To be
specified)ie licenses etc
1
3 Hardware Charges
i Fibre-optic terminal equipment
ii One year shared manufacturersquos
extended support for each of the selected brand of equipment
LOT
TOTAL COST inclusive of taxes
(to be carried to the form of tender)
Delivery period (Weeks)
Signature and stamp of Bidder _______________ Date
Signature and stamp of Bidder _______________ Date
All the fibre optic backbone links WILL be aggregated at the MDF by a common active device
Capability for IT Monitoring IT Service Desk IT Asset Management and IP Traffic Analysis
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 41 of 50
SECTION VI STANDARD FORMS
FORM OF TENDER
Date Tender No To
[name and address of Authority] Gentlemen andor Ladies
1 Having examined the tender documents including Addenda
Nos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [insert numbers]the receipt of which is hereby duly
acknowledged we the undersigned offer to provide the services ( helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (insert service description) in conformity with the said
tender documents for the sum of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip (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 provide the services in accordance with the
service 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 helliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip( Authority)
4 We agree to abide by this Tender for a period of helliphellip [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]
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 42 of 50
Duly authorized to sign tender for an on behalf of
CONTRACT FORM
THIS AGREEMENT made the day of 20 betweenhelliphelliphelliphellip[name of
procurement
entity] of helliphelliphelliphelliphelliphellip[country of Procurement entity](hereinafter called ldquothe Employerrdquo)
of the one part and helliphelliphelliphelliphelliphelliphelliphellip[name of tenderer] of helliphelliphellip[city and country of tenderer](hereinafter called ldquothe Supplierrdquo) of the other part
WHEREAS the procuring entity invited tenders for certain
Services
Vizhelliphelliphelliphelliphelliphelliphelliphellip[brief description of services] and has accepted a tender by the tenderer for the provision of those services in the sum of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[contract price in words and figures]
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 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 AuthorityNotification of award and the bidders acceptance
3 In consideration of the payments to be made by the Authority to the tenderer as
hereinafter mentioned the tenderer hereby covenants with the Authority to provide
the materials and spares and to remedy defects therein in conformity in all respects
with the provisions of the Contract
4 The Authority hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares 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
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
Page 43 of 50
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 by the (for the Authority) Signed by the
(for the tenderer)
in the presence of
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
44
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Name of Applicant(s)
You are requested to give the particulars in Part 1 and either Part 2 (a) 2 (b) or 2 (c)
whichever applies to your type of business Part 2 (d) to part 2 (i j) must be filled You
are advised that giving wrong or false information on this Form will lead to automatic
disqualificationtermination of your business proposal at your cost
Part 1 ndash General Business NamehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipCertificate of Incorporation Registration No helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipLocation of business premises
Country helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPhysical address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Town
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipBuildinghelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
FloorhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPlot No
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Street Road helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipPostal Address helliphelliphelliphelliphelliphelliphelliphelliphellip
Postal Country CodehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipTelephone Norsquoshelliphelliphelliphelliphelliphelliphelliphellip
Fax Norsquos helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipE-mail address helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Website
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Contact Person (Full Names) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Direct Mobile Norsquoshelliphelliphelliphelliphelliphellip
Title helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Power of Attorney (Yes No)
If yes attach written document
Nature of Business (Indicate whether manufacturer distributor etc) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
(Applicable to Local suppliers only)
Local Authority Trading License No helliphelliphelliphelliphelliphelliphelliphellip Expiry Date helliphelliphelliphelliphelliphelliphelliphelliphellip
Value Added Tax
Nohelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Value of the largest single assignment you have undertaken to date (US DKShs) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Was this successfully undertaken Yes No helliphelliphelliphelliphelliphelliphelliphelliphelliphellip(If Yes attach
reference)
Name (s) of your banker (s)
Branches helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Tel Norsquos
Part 2 (a) ndash Sole Proprietor (if applicable) Full names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
45
Nationalityhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Country of Originhelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public company)
Part 2 (b) ndash Partnerships (if applicable) Give details of partners as follows
Full Names Nationality Citizenship Details Shares
1
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
2
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures)
Part 2 (c) ndash Registered Company (if applicable - as per the CR12 form) Private or public helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Company Profile helliphelliphelliphelliphelliphelliphelliphelliphellip (Attach brochures or annual reports in case of public companies) State the nominal and issued capital of the Company
Nominal KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Issued KShs helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
List of top ten (10) shareholders and distribution of shareholding in the company Give
details of all directors as follows-
Full Names Nationality Citizenship Details Shares
1helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphellip
2helliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphellip
Part 2 (d) ndash Debarment IWe declare that IWe have not been debarred from any procurement process and shall not engage in any fraudulent corrupt coercive and obstructive acts with regard to this or
any other tender by the AGRICULTURE AND FOOD AUTHORITY and any other public or
private institutions
Full Names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
46
Duly authorized to sign Tender for and on behalf of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (e) ndash Bankruptcy Insolvency receivership IWe declare that IWe have not been declared bankrupt or insolvent by the competent Authorities in Kenya and neither are we under receivership
Full Names helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Signature helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Duly authorized to sign Tender for and on behalf ofhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (f) ndash Criminal Offence IWe (Name (s) of Director (s))-
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Have not been convicted of any criminal offence relating to professional conduct or the
making of false statements or misrepresentations as to its qualifications to enter into a procurement contract within a period of three (3) years preceding the commencement of
procurement proceedings
Signed helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (g) ndash Conflict of Interest IWe the undersigned state that I We have no conflict of interest in relation to this
procurement
a) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
b) helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Part 2 (h) ndash Interest in the Firm
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
47
Is there any personpersons in AGRICULTURE AND FOOD AUTHORITY or any other public
institution who has interest in the Firm YesNo helliphelliphelliphelliphelliphelliphelliphelliphellip (Delete as necessary) Institution helliphelliphelliphelliphelliphelliphelliphelliphelliphellip
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip helliphelliphelliphelliphelliphelliphelliphelliphellip
(Title) (Signature) (Date) Part 2(j or k) ndash Declaration I We the undersigned state and declare that the above information is correct and that I
We give AGRICULTURE AND FOOD AUTHORITY authority to seek any other references
concerning my our company from whatever sources deemed relevant eg Office of the Registrar of Companies Bankers etc
Full names
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
hellip
Signaturehelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
For and on behalf of Ms helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
In the capacity of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
Dated this helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellipday of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip2018
Suppliersrsquo Companyrsquos Official Rubber Stamp
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
48
ANTI ndash CORRUPTION POLICY IN THE PROCUREMENT PROCESS
UNDERTAKING BY BIDDER ON ANTI ndash CORRUPTION POLICY CODE
OF CONDUCT AND COMPLIANCE PROGRAMME
The governments of Kenya is committed to fighting corruption in all its forms and
in all its institutions to ensure that all the government earned revenues are
utilized prudently and for the purpose intended with a view to promoting
economic development as the country work towards actualizing Vision 2030
The following is a requirement that every Bidder wishing to do business
with AFA must comply with
(1) Each bidder must submit a statement as part of the tender
documents in the format given and which must be signed personally by
the Interim Director General or other appropriate senior corporate officer
of the bidding company and where relevant of its subsidiary in Kenya
If a tender is submitted by a subsidiary a statement to this effect will
also be required of the parent company signed by its Interim Director
General or other appropriate senior corporate officer
(2) Bidders will also be required to submit similar No-bribery
commitments from their subcontractors and consortium partners the
bidder may cover the subcontractors and consortium partners in its own
statement provided the bidder assumes full responsibility
(3) a) Payment to agents and other third parties shall be limited to
appropriate compensation for legitimate services
b) Each bidder will make full disclosure in the tender documentation of
the beneficiaries and amounts of all payments made or intended to be
made to agents or other third parties (including political parties or
electoral candidates) relating to the tender and if successful the
implementation of the contract
c) The successful bidder will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract
d) Within six months of the completion of the performance of the
contract the successful bidder will formally certify that no bribes or other
illicit commissions have been paid The final accounting shall include brief
details of the goods and services provided that are sufficient to establish
the legitimacy of the payments made
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the companys Chief Executive
Officer or other appropriate senior corporate officer
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
49
(4) Tenders which do not conform to these requirements shall not be
considered
(5) If the successful bidder fails to comply with its No-bribery
commitment significant sanctions will apply The sanctions may include
all or any of the following
a) Cancellation of the contract
b) Liability for damages to the public authority andor the
unsuccessful competitors in the bidding possibly in the form of a
lump sum representing a pre-set percentage of the contract value
(liquidated)
(6) Bidders shall make available as part of their tender copies
of their anti-Bribery PolicyCode of Conduct if any and of their-
general or project - specific - Compliance Program
(7) The Government of Kenya through Kenya Anti-Corruption
Commission has made special arrangements for adequate oversight of
the procurement process and the execution of the contract Those
charged with the oversight responsibility will have full access if need be
to all documentation submitted by Bidders for this contract and to which
in turn all Bidders and other parties involved or affected by the project
shall have full access (provided however that no proprietary information
concerning a bidder may be disclosed to another bidder or to the public)
Authorized Signature
Name and Title of Signatory
Name of Bidder
Address
PERFORMANCE SECURITY FORM
(To be on the Banks Letterhead)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
50
To[name of the Authority]
WHEREAShelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip[name of tenderer]
(Hereinafter called ldquothe tendererrdquo) has undertaken in pursuance of Contract
No [Reference number of the contract] dated 20 to
supplyhelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip
[Description services](Hereinafter called ldquothe contractrdquo)
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 Tendererrsquos performance obligations in
accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee
NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you
on behalf of the tenderer up to a total of
helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip [amount of the guarantee in words and figures] 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
helliphelliphelliphelliphelliphelliphelliphelliphellip
[amount of guarantee] as aforesaid without your 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 ------------------------------
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)